Section one: Contracting entity
one.1) Name and addresses
BELFAST HARBOUR COMMISSIONERS
Harbour Office,Corporation Square
BELFAST
BT13AL
IStenders@belfast-harbour.co.uk
Country
United Kingdom
Region code
UKN06 - Belfast
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.belfast-harbour.co.uk/corporate/tenders
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.belfast-harbour.co.uk/corporate/tenders
one.6) Main activity
Port-related activities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Data Service Framework
two.1.2) Main CPV code
- 72300000 - Data services
two.1.3) Type of contract
Services
two.1.4) Short description
BHC is undergoing a digital and data transformation programme aimed at delivering best practice data management processes, data governance and data analytics to connect the different business areas and current approaches across the organization. A key element of the programme is to consolidate and standardise the approach to data analytics, business intelligence and reporting by providing a centralised data platform. This will aim to overcome siloed reporting, manual data exchange between areas of the business to augment the data they have and provide an opportunity for BHC to grow its capability and excellence using a common toolset. BHC is therefore conducting this procurement process to establish a framework of service providers that can support it, when requested, in the delivery of data services to meet these objectives.
The framework will establish a select list of service providers to enable BHC to instruct a wide range and variety of data services in relation to the Microsoft suite of products, referred to as "Work Packages". The services required from successful framework service providers under any Work Packages instructed by BHC will likely comprise:
1. Cloud platform: Design, implementation, operations and maintenance of Microsoft Azure cloud platform for data and analytics workloads to include cybersecurity, cost control, change management, network connectivity to on-prem data sources and other 3rd party hosted systems and end user access.
2. Data platform: Design, implementation operations and maintenance of a Microsoft Azure hosted (F-SKU) Microsoft Fabric and Purview Data Governance data and analytics platform. To include sourcing data from on-premise and 3rd party hosted data sources, ETL/ELT, data lake, data warehouse, OneLake deployment and data governance, DataOp's processes. Additional Azure services can be used/referenced where used to compliment Microsoft Fabric and achieve more complex requirements.
3. Analytics: Design, implementation, operations and maintenance of governed self-service enterprise reporting environment built using Power BI and Microsoft Fabric.
4. Generative AI solutions: Design, implementation, operation and maintenance of custom generative AI solutions leveraging Azure hosted datasets (ideally withing Fabric OneLake) and built using the Azure custom copilot stack e.g. Azure AI studio, AI Search, Azure OpenAI and other Azure hosted LLM's, Azure app service etc.
Bidders should note however that the award of a place on the framework does not guarantee a bidder any, or any minimum volume of, business. BHC will have the option, at its discretion, to use the framework to instruct specific Work Packages. Whilst estimated potential volumes and types of services/Work Packages are provided as part of the PQQ document (made available to bidders as set out in this contract notice) and within this contract notice, BHC is not under any obligation (express or implied) to utilize the framework and does not make any commitment or guarantee that it will instruct any, or any minimum value or volume of, services or Work Packages. All appointments to the framework will be made on a non-exclusive basis. Furthermore, BHC reserves the right, at its discretion, to make appointments for the same or similar services and Work Packages outside of the scope of the framework at any time.
Instruction of all services under the framework will be subject to prior BHC internal approval and approval of budget (dependent on the value of the Work Package/services involved, such approval will be provided at either CEO or Board Committee level). BHC also reserves the right, prior to instructing any particular services/Work Packages, to change the order and priority of services/Work Packages under the framework at any time at its discretion.
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UKN06 - Belfast
Main site or place of performance
Belfast Harbour Estate
two.2.4) Description of the procurement
Further background information about the project, BHC's services requirements and objectives is set out within the PQQ document made available to bidders as set out in this contract notice.
BHC is seeking to enter into a framework agreement with suitably qualified and experienced professional IT service providers for the provision of the services described in the PQQ. It is currently anticipated that any framework agreement entered into by BHC will be for an initial three (3) year period. BHC shall have the option, acting at its discretion, to extend on an annual basis thereafter on up to two (2) subsequent occasions of 12 (twelve) months each time, up to a maximum total period of five (5 years).
Any services instructed under the framework will be instructed following a mini-competition between eligible framework providers. Prior to any services being put out to mini-competition, a detailed analysis of BHC's requirement will be undertaken to determine the more precise scope of services required for that Work Package.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:
As set out in the PQQ document. Subject to a sufficient number of compliant responses being received, the top 5 ranked bidders at tender stage will be appointed to the framework.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
It is currently anticipated that any framework agreement entered by BHC will be for an initial three (3) year period. BHC shall have the option, acting at its discretion, to extend on an annual basis thereafter on up to two (2) subsequent occasions of 12 (twelve) months each time, up to a maximum total period of five (5 years).
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.6) Deposits and guarantees required
BHC reserves the right to require bonds, deposits, guarantees or other forms of undertaking or security to ensure proper contractual performance.
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Subject to the status and involvement of the parties, BHC may require the parties to commit to joint and several liability in respect of the contract. Alternatively, BHC may require the lead operator to take total responsibility or a consortium to form a legal entity before entering into any contract.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 November 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
BHC reserves the right at any time to:
- reject any or all responses and to cancel or withdraw from this procurement at any stage;
- award a framework agreement without prior notice;
- change the basis, the procedures and timescales set out or referred to within the procurement documents; or
- require a bidder to clarify any submissions in writing and/or to provide additional information.
Bidders who wish to participate in this procurement will be required to provide contact details before downloading the PQQ document. Bidders who fail to provide their details to BHC or register in this manner will not receive any clarifications or updated information provided by BHC during the procurement process. The costs of responding to this notice and participation in the process will be borne by each bidder. All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties.
six.4) Procedures for review
six.4.1) Review body
High Court of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JF
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
BHC will incorporate a minimum 10 calendar day standstill period at the point information on the award of the framework agreement is communicated to all shortlisted bidders. The standstill period provides time for unsuccessful bidders to challenge the award decision before the framework agreement is entered into. The Utilities Contracts Regulations 2016 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (Northern Ireland).