Tender

  • Share to Microsoft Teams

Enterprise Asset Management Program Procurement

BELFAST HARBOUR

This public procurement record has 4 releases in its history.

TenderUpdate

01 Aug 2025 at 08:32

TenderUpdate

22 Jul 2025 at 16:11

Tender

26 Jun 2025 at 20:23

Planning

25 Jun 2025 at 09:34

Summary of the contracting process

Belfast Harbour is undertaking a procurement process for an Enterprise Asset Management Programme, seeking suppliers to provide a comprehensive solution that integrates with its existing Oracle Fusion ERP system. The procurement process, currently in the tender stage, involves selective procurement through a competitive flexible procedure. The buyer, Belfast Harbour, operates under Northern Irish devolved regulations and the main procurement category is services, particularly software packages and information systems. The tender's legal basis is aligned with the UK Public Procurement Act 2023. Key dates for interested parties include the submission deadline for expressions of interest, now extended to 12:00 pm on 8 August 2025, with an award period concluding by 30 September 2025. Located in Belfast, the opportunity is poised within the UKN06 region and is expected to commence on 1 November 2025, extending until 31 October 2035.

This tender presents a significant opportunity for businesses specialising in cloud-based Software as a Service (SaaS) solutions with capabilities in systems integration and IT technical solutions. The requirement is tailored for solutions that can effectively manage asset and inventory functions and provide seamless integration with Oracle Fusion ERP systems, which could lead to increased business opportunities for software package providers. Small and medium-sized enterprises (SMEs) are encouraged to compete, especially those with expertise in software programming and consultancy services. With a compelling contract value grossed at £1,740,000, this tender is lucrative for businesses looking to enhance their market presence by being involved in a high-profile public undertaking.

How relevant is this notice?

Notice Information

Notice Title

Enterprise Asset Management Program Procurement

Notice 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)

Planning Information

BHC undertook some high level pre-market engagement activity in relation to the project between June 2024 and 28 February 2025, to identify potential suppliers that may be able to supply the solution and services required. That pre-market engagement involved high level conversations and limited product demonstrations with a number of suppliers in the market to identify potential options, potentially interested suppliers and inform BHC's procurement approach. This pre-market engagement did not constitute a call for competition. BHC will shortly be commencing a competitive tender process through Find a Tender. Interested suppliers will not be advantaged or prejudiced by participation or non-participation in the pre-market engagement. All information shared as part of the pre-market engagement will be made available to interested suppliers as part of the forthcoming competitive tender process.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05531b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/045038-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

48000000 - Software package and information systems

72200000 - Software programming and consultancy services

Notice Value(s)

Tender Value
£1,450,000 £1M-£10M
Lots Value
£1,450,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Aug 20253 months ago
Submission Deadline
18 Jul 2025Expired
Future Notice Date
26 Jun 2025Expired
Award Date
Not specified
Contract Period
1 Nov 2025 - 31 Oct 2035 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
BELFAST HARBOUR
Contact Name
Not specified
Contact Email
ppa.procurement@belfast-harbour.co.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT1 3AL
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN06 Belfast

Local Authority
Belfast
Electoral Ward
Duncairn
Westminster Constituency
Belfast North

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05531b-2025-08-01T09:32:52+01:00",
    "date": "2025-08-01T09:32:52+01:00",
    "ocid": "ocds-h6vhtk-05531b",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PGGW-7911-WZGZ",
            "name": "Belfast Harbour",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PGGW-7911-WZGZ"
            },
            "address": {
                "streetAddress": "Harbour Office, Corporation Square",
                "locality": "Belfast",
                "postalCode": "BT1 3AL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "ppa.procurement@belfast-harbour.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicUndertaking",
                        "description": "Public undertaking"
                    },
                    {
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "id": "GB-NIR",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PGGW-7911-WZGZ",
        "name": "Belfast Harbour"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "BHC undertook some high level pre-market engagement activity in relation to the project between June 2024 and 28 February 2025, to identify potential suppliers that may be able to supply the solution and services required. That pre-market engagement involved high level conversations and limited product demonstrations with a number of suppliers in the market to identify potential options, potentially interested suppliers and inform BHC's procurement approach. This pre-market engagement did not constitute a call for competition. BHC will shortly be commencing a competitive tender process through Find a Tender. Interested suppliers will not be advantaged or prejudiced by participation or non-participation in the pre-market engagement. All information shared as part of the pre-market engagement will be made available to interested suppliers as part of the forthcoming competitive tender process.",
                "dateMet": "2025-02-28T00:00:00Z",
                "status": "met"
            }
        ],
        "documents": [
            {
                "id": "034956-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/034956-2025",
                "datePublished": "2025-06-25T10:34:03+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-h6vhtk-05531b",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Enterprise Asset Management Program Procurement",
        "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)",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72200000",
                        "description": "Software programming and consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN06",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKN06",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKN06",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKN06",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 1740000,
            "amount": 1450000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-01T00:00:00Z",
                    "endDate": "2035-10-31T23:59:59Z"
                },
                "status": "active",
                "value": {
                    "amountGross": 1740000,
                    "amount": 1450000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "As per tender documentation Please note that further criterion and sub-weightings will be detailed in the ITN documentation",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "As per tender documentation Please note that further criterion and sub-weightings will be detailed in the ITN documentation",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Conditions of Participation are as stated in the Pre-Qualification Questionnaire."
                        },
                        {
                            "type": "technical",
                            "description": "Conditions of Participation are as stated in the Pre-Qualification Questionnaire."
                        },
                        {
                            "description": "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.",
                            "forReduction": true
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-06-26T23:59:59+01:00"
        },
        "status": "active",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "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."
        },
        "coveredBy": [
            "GPA",
            "CPTPP"
        ],
        "submissionMethodDetails": "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. Bidders should note that the insurance requirements originally specified by BHC in the pre-qualification documents have been amended and a revised Form B has been made available at the weblink specified. Bidders must review, complete and return this updated Form B as part of their PQQ response.\"",
        "submissionTerms": {
            "electronicSubmissionPolicy": "notAllowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-08-08T12:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-07-18T17:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-09-30T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "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",
                "url": "https://www.belfast-harbour.co.uk/corporate/tenders/"
            },
            {
                "id": "035563-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/035563-2025",
                "datePublished": "2025-06-26T21:23:28+01:00",
                "format": "text/html"
            },
            {
                "id": "042182-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/042182-2025",
                "datePublished": "2025-07-22T17:11:23+01:00",
                "format": "text/html"
            },
            {
                "id": "045038-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/045038-2025",
                "datePublished": "2025-08-01T09:32:52+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "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."
        },
        "amendments": [
            {
                "id": "042182-2025",
                "description": "The deadline for requests to participate has been extended to 12pm on 1 August 2025. The insurance requirements originally specified in the pre-qualification documents have been amended and a revised form for return as part of bidders' PQQ responses has been made available at the weblink specified"
            },
            {
                "id": "045038-2025",
                "description": "Please be advised that the deadline for submitting Requests to Participate has been extended to 12:00 pm on 8 August 2025."
            }
        ]
    },
    "language": "en"
}