Tender

Enterprise Asset Management Program Procurement

  • Belfast Harbour

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-035563

Procurement identifier (OCID): ocds-h6vhtk-05531b (view related notices)

Published 26 June 2025, 9:23pm



Scope

Description

Belfast Harbour Commissioners (BHC) is seeking requests to participate from suppliers who are interested in tendering for supply of an Enterprise Asset Management solution (and associated services) to BHC, with integration to BHC's existing finance and procurement system. The solution should include functionality to support Inventory Management, Asset Management and maintenance with integration to BHC's Oracle Fusion ERP system. With the potential to extend capabilities to additional areas in the future.

The scope of services should cover the full project life cycle, including Design > Build > Test > Train > Release, followed by post go-live support and maintenance.

Only cloud-based Software as a Service (SaaS) solutions will be considered. The solution must be hosted in a recognised cloud environment and fully managed by the successful supplier. The solution:

• must include the following core functionality:

o asset management;

o asset maintenance;

o inventory/warehouse management; and

o capability to integrate with Oracle Fusion.

• should include mobile capabilities.

• should include reporting / BI capabilities.

• should include other integration capabilities.

The solution must integrate with BHC's Oracle Fusion ERP system.

The services to be procured under this tender will be the following:

1. Systems Integration (SI) Services.

2. The Information Technology (IT) Technical Solution(s) (along with licences or cloud subscriptions)

Total value (estimated)

  • £1,450,000 excluding VAT
  • £1,740,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 November 2025 to 31 October 2035
  • 10 years

Main procurement category

Services

CPV classifications

  • 48000000 - Software package and information systems
  • 72200000 - Software programming and consultancy services

Contract locations

  • UKN06 - Belfast

Participation

Legal and financial capacity conditions of participation

Conditions of Participation are as stated in the Pre-Qualification Questionnaire.

Technical ability conditions of participation

Conditions of Participation are as stated in the Pre-Qualification Questionnaire.

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

18 July 2025, 5:00pm

Submission type

Requests to participate

Deadline for requests to participate

25 July 2025, 12:00pm

Submission address and any special instructions

Requests to participate (i.e. completed Pre-Qualification Questionnaires) must be submitted by email to tendersfc@belfast-harbour.co.uk in accordance with the instructions specified in the Pre-Qualification Questionnaire.

The pre-qualification documents are available for unrestricted and full direct access, free of charge at https://www.belfast-harbour.co.uk/corporate/tenders

Bidders who wish to participate in this tender process will be required to provide their contact details before downloading the pre-qualification documents. 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 tender process.

Bidders are advised not to include marketing information, brochures or links to other documents within their Pre-Qualification Questionnaire responses. Emails which contain suspicious contents or links to third party servers or websites may be quarantined or rejected by the BHC email filtering systems.

It is the Bidder's responsibility to ensure that a delivery receipt is received for Pre-Qualification Questionnaire submissions. BHC does not accept any responsibility for the premature opening or mishandling of PQQ documents that are not submitted in accordance with these instructions.

Tenders may be submitted electronically

No

Languages that may be used for submission

English

Suppliers to be invited to tender

Maximum 4 suppliers

Selection criteria:

Subject to a sufficient number of compliant responses being received, BHC intends (according to the process described in the Pre-Qualification Questionnaire) to invite a maximum of the 4 highest scoring Bidders, following evaluation of PQQ responses, to the ITN stage of the process, provided that BHC, acting at its discretion, reserves the right to invite less than 4 Bidders to negotiate. Where there is a tie for 4th place, all Bidders in 4th place will be invited to negotiate. For the purposes of this exercise, a tie for 4th place is deemed to occur where two or more Bidders have identical scores.

Award decision date (estimated)

30 September 2025


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Quality

As per tender documentation

Please note that further criterion and sub-weightings will be detailed in the ITN documentation

Quality 70%
Price

As per tender documentation

Please note that further criterion and sub-weightings will be detailed in the ITN documentation

Price 30%

Other information

Payment terms

Payment terms will be set out in the contract.

The contract value stated above includes all potential contract extensions. The total value therefore represents the upper end of BHC's best estimate of the total potential value of the contract.

Bidders should note that:

• BHC reserves the right to require bonds, deposits, guarantees or other forms of security to ensure proper contractual performance. The financial capacity Conditions of Participation for this tender process (as set out in the Pre-Qualification Questionnaire) also set out specific requirements in this regard.

• 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.

Applicable trade agreements

  • Government Procurement Agreement (GPA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Utilities

Competitive flexible procedure description

It is anticipated that the tender process will proceed through the following stages:

1. Tender Notice published and pre-qualification documentation made available.

2. Pre-Qualification responses evaluated and shortlist of Bidders selected.

3. Invitation to Negotiate and associated documents issued to shortlisted Bidders.

4. Tender submissions evaluated.

5. Optional BAFO stage.

6. BAFO submissions (if requested) evaluated.

7. Issue assessment summaries and publish contract award notice

8. Standstill period

9. Contract award finalised

BHC reserves the right at any time to:

• Reject any or all responses and to cancel or withdraw from this tender process at any time;

• Award a contract without prior notice;

• Change the basis of, the procedures and timescales set out or referred to within the tender documents;

• Require a Bidder to clarify any submissions in writing and/or to provide additional information.

The costs of responding to this notice and participation in this 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.

If at any time during the tender process or post award it comes to the attention of BHC (by whatever means) that a supplier has become 'excluded' or 'excludable' (as defined by section 57 of the Procurement Act 2023) BHC, after complying with its obligations under the Procurement Act 2023, reserves the right to exclude that supplier from the procurement process or terminate any contract awarded to that supplier.

Bidders are advised that BHC has appointed certain independent professional services firms to act on its behalf in relation to this procurement process, as named in the Pre-Qualification Questionnaire. Given these parties' prior involvement in the preparation for and/or during the procurement process, none of these parties may be part of a Bidder's team or advisors in relation to this procurement process. Bidders must not contact these parties, directly or indirectly, with a view to obtaining information in relation to this procurement process.

All requests for clarification must be submitted strictly in accordance with the clarification procedure set out in the PQQ document.


Documents

Associated tender documents

https://www.belfast-harbour.co.uk/corporate/tenders/

List of associated tender documents is provided in the Pre-Qualification Questionnaire, which is available at

https://www.belfast-harbour.co.uk/corporate/tenders

BHC EAM Programme PQQ _ Full Pack


Contracting authority

Belfast Harbour

  • Public Procurement Organisation Number: PGGW-7911-WZGZ

Harbour Office, Corporation Square

Belfast

BT1 3AL

United Kingdom

Region: UKN06 - Belfast

Organisation type: Public undertaking (commercial organisation subject to public authority oversight)

Devolved regulations that apply: Northern Ireland