Vessel Traffic System Upgrade Contract for Dublin Port Company

The Contracting Entity proposes to engage in a competitive process for the establishment of a contract for the Provision of Vessel Traffic Services (VTS) including Software, associated hardware, professional services, delivery, maintenance, and support. This procurement relates to the supply of a Vessel Traffic Services (VTS) system (software and any …

CPV: 34930000 Marin utrustning, 34931500 Sjötrafikledningsutrustning, 34970000 Trafikregleringssystem, 44316400 Järnvaror, 45316210 Installation av trafikregleringssystem, 50240000 Reparation, underhåll och tillhörande tjänster avseende sjöfart och annan utrustning, 51145000 Installation av båtmotorer, 51611100 Installation av maskinvara, 66514120 Sjö-, luftfarts- och andra transportförsäkringar, 98360000 Marina tjänster
Sista ansökningsdag:
27 juni 2025 12:00
Typ av tidsfrist:
Inlämnande av anbud
Plats för avrättning:
Vessel Traffic System Upgrade Contract for Dublin Port Company
Plats för tilldelning:
Dublin Port Company_411
Tilldelningsnummer:
0

1. Buyer

1.1 Buyer

Official name : Dublin Port Company_411
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services
Activity of the contracting entity : Port-related activities

2. Procedure

2.1 Procedure

Title : Vessel Traffic System Upgrade Contract for Dublin Port Company
Description : The Contracting Entity proposes to engage in a competitive process for the establishment of a contract for the Provision of Vessel Traffic Services (VTS) including Software, associated hardware, professional services, delivery, maintenance, and support. This procurement relates to the supply of a Vessel Traffic Services (VTS) system (software and any necessary supporting hardware, e.g. Radar, AIS, VHF Radio, Environmental Sensors, Device Communications, Network connectivity, Server based infrastructure). The service should include full project life cycle [Design, Build, Test, Parallel operation, Stability] also considering post-delivery support and maintenance. The aim of this project is to replace the current VTS ecosystem and supporting infrastructure where required (software and hardware), with the latest technologies providing for real time data and enterprise-wide integration. The aim is to replace the current VTS system infrastructure [Atlas VTS 9760]. At the very least the successful bidder will be required to integrate its solution to the current shipping system – PMIS – Port Control from Tidalis, to deliver the necessary functional requirements. It is anticipated this should be a standard integration. The system should also provide for remote access and mobile device capability. The new VTS solution DPC is seeking to acquire and implement includes the following high-level requirements: • Compliance with IALA standards, including S-1040, R0128 (V-128), and the G1111 series of guidelines, ensuring both operational and technical performance are aligned with global best practices. • Delivery of a robust and future-proofed VTS software ecosystem that: • Accepts, fuses, and displays data from radar, AIS, VHF, Electro-Optical (EO) sensors, and MetOcean systems. • Supports decision support tools (DST) for alarm handling, route monitoring, and incident response. • Provides record and replay functionality for traffic, sensor, and operator activity to support training and incident review. • Provision of a modern, ergonomic control room layout with at least two operator workstations and remote backup capabilities, aligned with BS EN ISO 11064 and IALA G1105/G1171 ergonomic design standards. • Deployment of an integrated sensor network delivering enhanced detection, redundancy, and target tracking across Dublin Port’s SHA and approaches. • Support for advanced AIS functionality including AIS AtoNs and message handling per G1111-4, with infrastructure coverage that ensures full vessel visibility across all navigational zones. • Provision of VHF radio systems meeting G1111-2 guidance, offering primary and backup coverage and seamless integration with operator terminals. • Compatibility with Electro-Optical and thermal imaging systems, particularly for situational awareness in berthing areas and areas of high risk. • A solution architecture that ensures resilience, minimal single points of failure, and high system availability, incorporating redundant power, communications paths, and server infrastructure. • Secure IT infrastructure design, with layered cybersecurity, compliance with GDPR and data retention policies, and robust access control mechanisms. • Open architecture to enable integration with existing and future port systems, including PMIS (Tidalis), berth monitoring tools, and third-party applications via secure APIs. • Scalable support for web-based and mobile access for authorised users, enabling situational awareness beyond the control centre in line with emerging operational demands. Delivery of post-implementation services including user training, system documentation, warranty, and long-term maintenance and support options. Must provide a solution where all VTS, radar and VHF Radio activity are recorded and stored for replay in incident management and operator training.
Procedure identifier : d45f6fb6-b4cf-4982-93b0-64e5ef5d07cf
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 34931500 Vessel traffic control equipment
Additional classification ( cpv ): 45316210 Installation of traffic monitoring equipment
Additional classification ( cpv ): 98360000 Marine services
Additional classification ( cpv ): 66514120 Marine, aviation and other transport insurance services
Additional classification ( cpv ): 50240000 Repair, maintenance and associated services related to marine and other equipment
Additional classification ( cpv ): 51145000 Installation services of marine engines
Additional classification ( cpv ): 34930000 Marine equipment
Additional classification ( cpv ): 44316400 Hardware
Additional classification ( cpv ): 51611100 Hardware installation services
Additional classification ( cpv ): 34970000 Traffic-monitoring equipment

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 10 000 000 Euro

2.1.4 General information

Additional information : Please consult the associated documentation, which contains full instructions regarding the submission of applications and is available to download from www.etenders.gov.ie using eTenders Resource ID – 5786010 Interested parties must associate their organisation with this competition on the eTenders web site ( www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to upload their application. To do this you must do the following: Log-in to the eTenders portal; Locate the competition using the Advanced Search by searching under the Contracting Entity or Resource ID. Click on the hyperlink for the competition which will bring you to the CfT Workspace. In the Show CfT Menu for the competition click on the “Expression of Interest in the drop-down menu. Complete the Association with the CfT tab. This will then provide you with a link to Tender under the Show CfT Menu where you can prepare your submission. (1) When finalising your submission please upload your final response as a ZIP file as individual documents may lose their titles if uploaded individually. Also ensure that you receive a message under the status header called Submitted, as the percentage tab does not necessarily imply you have successfully submitted your response. (2) There is a maximum upload limit of 250MB per file and 500MB per tender submission. (3) Suppliers should note the following when making their submission: suppliers must ensure that they give themselves sufficient time to upload and submit all required documentation before the submission deadline. Suppliers should consider the fact that upload speeds vary and that the new eTenders system operates in a different manner to the previous platform operated by EU-Supply. The submit button will be disable automatically upon the expiration of the response deadline. (4) If you experience difficulty when uploading documents, please contact the eTenders Support Desk for technical assistance. Email irish-eproc-helpdesk@eurodym.com or Telephone: +353(0)818 001459 (09:00 – 17:00 hours). (5) Applications submitted by any other means (including but not limited to email, post, messaging system on etenders or hand delivery) will not be accepted. (6) All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal ( www.etenders.gov.ie) only. Registration is free of charge. The contracting entity will not accept responsibility for information relayed (or not relayed) via third parties. (7) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie. The details of the person making a query will not be disclosed when circulating the response (8) The contracting entity will not be responsible for any costs, charges or expenses incurred by candidates or tenderers. Contract award will be subject to the approval of the competent authorities. (9) Without prejudice to the principle of equal treatment, the contracting entity is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition. (10) Where applicable, please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type, or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended. (11) At its absolute discretion, the contracting entity may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Vessel Traffic System Upgrade Contract for Dublin Port Company
Description : The Contracting Entity proposes to engage in a competitive process for the establishment of a contract for the Provision of Vessel Traffic Services (VTS) including Software, associated hardware, professional services, delivery, maintenance, and support. This procurement relates to the supply of a Vessel Traffic Services (VTS) system (software and any necessary supporting hardware, e.g. Radar, AIS, VHF Radio, Environmental Sensors, Device Communications, Network connectivity, Server based infrastructure). The service should include full project life cycle [Design, Build, Test, Parallel operation, Stability] also considering post-delivery support and maintenance. The aim of this project is to replace the current VTS ecosystem and supporting infrastructure where required (software and hardware), with the latest technologies providing for real time data and enterprise-wide integration. The aim is to replace the current VTS system infrastructure [Atlas VTS 9760]. At the very least the successful bidder will be required to integrate its solution to the current shipping system – PMIS – Port Control from Tidalis, to deliver the necessary functional requirements. It is anticipated this should be a standard integration. The system should also provide for remote access and mobile device capability. The new VTS solution DPC is seeking to acquire and implement includes the following high-level requirements: • Compliance with IALA standards, including S-1040, R0128 (V-128), and the G1111 series of guidelines, ensuring both operational and technical performance are aligned with global best practices. • Delivery of a robust and future-proofed VTS software ecosystem that: • Accepts, fuses, and displays data from radar, AIS, VHF, Electro-Optical (EO) sensors, and MetOcean systems. • Supports decision support tools (DST) for alarm handling, route monitoring, and incident response. • Provides record and replay functionality for traffic, sensor, and operator activity to support training and incident review. • Provision of a modern, ergonomic control room layout with at least two operator workstations and remote backup capabilities, aligned with BS EN ISO 11064 and IALA G1105/G1171 ergonomic design standards. • Deployment of an integrated sensor network delivering enhanced detection, redundancy, and target tracking across Dublin Port’s SHA and approaches. • Support for advanced AIS functionality including AIS AtoNs and message handling per G1111-4, with infrastructure coverage that ensures full vessel visibility across all navigational zones. • Provision of VHF radio systems meeting G1111-2 guidance, offering primary and backup coverage and seamless integration with operator terminals. • Compatibility with Electro-Optical and thermal imaging systems, particularly for situational awareness in berthing areas and areas of high risk. • A solution architecture that ensures resilience, minimal single points of failure, and high system availability, incorporating redundant power, communications paths, and server infrastructure. • Secure IT infrastructure design, with layered cybersecurity, compliance with GDPR and data retention policies, and robust access control mechanisms. • Open architecture to enable integration with existing and future port systems, including PMIS (Tidalis), berth monitoring tools, and third-party applications via secure APIs. • Scalable support for web-based and mobile access for authorised users, enabling situational awareness beyond the control centre in line with emerging operational demands. Delivery of post-implementation services including user training, system documentation, warranty, and long-term maintenance and support options. Must provide a solution where all VTS, radar and VHF Radio activity are recorded and stored for replay in incident management and operator training.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 34931500 Vessel traffic control equipment
Additional classification ( cpv ): 45316210 Installation of traffic monitoring equipment
Additional classification ( cpv ): 98360000 Marine services
Additional classification ( cpv ): 66514120 Marine, aviation and other transport insurance services
Additional classification ( cpv ): 50240000 Repair, maintenance and associated services related to marine and other equipment
Additional classification ( cpv ): 51145000 Installation services of marine engines
Additional classification ( cpv ): 34930000 Marine equipment
Additional classification ( cpv ): 44316400 Hardware
Additional classification ( cpv ): 51611100 Hardware installation services
Additional classification ( cpv ): 34970000 Traffic-monitoring equipment
Options :
Description of the options : The construct of the contract will be for an initial period of five (5) years with 5 optional extensions, each of 24 months duration. The maximum duration of the contract will be for 15 years subject to review, satisfactory performance, business needs and budgetary constraints.

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 15 Year

5.1.4 Renewal

Maximum renewals : 5

5.1.5 Value

Estimated value excluding VAT : 10 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : Selection criterion B4 - Sustainability: Applicants are required to complete the Sustainability Supplier Questionnaire (750 marks). Applicants should provide details of any further policies and procedures they have in place to promote sustainable practices and limit environmental impacts. Applicants are required to detail how such policies and procedures are practically implemented in their day-to-day business (250 marks).
Approach to reducing environmental impacts : Other
Green Procurement Criteria : Other Green Public Procurement criteria

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 27/06/2025 12:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : This information will be provided at a later stage of the competition.
Legal form that must be taken by a group of tenderers that is awarded a contract : To be agreed with the successful tenderer.
Financial arrangement : To be agreed with the successful tenderer.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : In line with Statutory Remedies S.I. 131/2010.
Organisation providing additional information about the procurement procedure : Dublin Port Company_411 -
Organisation providing offline access to the procurement documents : Dublin Port Company_411 -
Organisation receiving requests to participate : Dublin Port Company_411 -
Organisation processing tenders : Dublin Port Company_411 -

8. Organisations

8.1 ORG-0001

Official name : Dublin Port Company_411
Registration number : 262367
Postal address : Port Centre, Alexandra Road, Dublin 1
Town : Dublin
Postcode : D01 H4C6
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 (0)1 8876000
Internet address : www.dublinport.ie
Buyer profile : www.dublinport.ie
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : e648ece8-dac0-4a8b-a3ad-fb704e2de33b - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 28/05/2025 16:46 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00354268-2025
OJ S issue number : 104/2025
Publication date : 02/06/2025