Vessel Traffic System Upgrade Contract for Dublin Port Company

Dublin Port Company_411

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.

Deadline
The time limit for receipt of tenders was 2025-06-27. The procurement was published on 2025-05-28.

Who?

What?

Where?

Procurement history
Date Document
2025-05-28 Contract notice
Contract notice (2025-05-28)
Object
Scope of the procurement
Title: Vessel Traffic System Upgrade Contract for Dublin Port Company
Short 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)...”    Show more
Type of contract: Supplies
Products/services: Vessel traffic control equipment 📦
Estimated value excluding VAT: 10 000 000 EUR 💰
Description
Description of the procurement:
“The Contracting Entity proposes to engage in a competitive process for the establishment of a contract for the Provision of Vessel Traffic Services (VTS)...”    Show more
Additional products/services: Installation of traffic monitoring equipment 📦
Additional products/services: Marine services 📦
Additional products/services: Marine, aviation and other transport insurance services 📦
Additional products/services: Repair, maintenance and associated services related to marine and other equipment 📦
Additional products/services: Installation services of marine engines 📦
Additional products/services: Marine equipment 📦
Additional products/services: Hardware 📦
Additional products/services: Hardware installation services 📦
Additional products/services: Traffic-monitoring equipment 📦
Place of performance: Dublin 🏙️
Duration: 15 (YEAR)
The time frame below is expressed in number of years.
Information about options
Options
Description of 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...”    Show more
Title
Lot Identification Number: LOT-0001

Procedure
Type of procedure
Negotiated procedure with prior call for competition
Administrative information
Time limit for receipt of tenders or requests to participate: 2025-06-27 12:00:00 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️

Legal, economic, financial and technical information
Conditions for participation
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
“To be agreed with the successful tenderer.”
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
“To be agreed with the successful tenderer.”
Conditions related to the contract
Contract performance conditions:
“This information will be provided at a later stage of the competition.”

Contracting authority
Name and addresses
Name: Dublin Port Company_411
National registration number: 262367
Postal address: Port Centre, Alexandra Road, Dublin 1
Postal code: D01 H4C6
Postal town: Dublin
Region: Dublin 🏙️
Country: Ireland 🇮🇪
E-mail: procurement@dublinport.ie 📧
Phone: +353 (0)1 8876000 📞
URL: www.dublinport.ie 🌏
Address of the buyer profile: www.dublinport.ie 🌏
Type of the contracting authority
Body governed by public law
Main activity
General public services
Port-related activities / Maritime or inland waterways
Communication
Documents URL: https://www.etenders.gov.ie/epps/cft/listContractDocuments.do?resourceId=5786010 🌏
Participation URL: https://www.etenders.gov.ie/epps/cft/viewTenders.do?resourceId=5786010 🌏

Complementary information
Additional information

“Please consult the associated documentation, which contains full instructions regarding the submission of applications and is available to download from...”    Show more
Review body
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Region: Dublin 🏙️
Country: Ireland 🇮🇪
E-mail: highcourtcentraloffice@courts.ie 📧
Phone: +353 1 8886000 📞
Review procedure
Precise information on deadline(s) for review procedures:
“In line with Statutory Remedies S.I. 131/2010.”
Source: OJS 2025/S 104-354268 (2025-05-28)