BHC are seeking expressions of interest from contractors who are interested in tendering for the construction of a piled steel portal framed clad Logistics Warehouse and associated car parking, lorry parking etc. at West Bank Road, Belfast. The warehouse will be up to 10m high to eaves and approximately 50,000sqft building footprint area, inclusive of approximately 2,500sqft of fitted out office / welfare space. Further information regarding this opportunity will be provided within the pre-qualification documents that can be requested for download at the weblink provided in I.3 of this Notice.
BHC are seeking expressions of interest from contractors who are interested in tendering for the removal and replacement of an existing fibre reinforced floor slab within an existing warehouse facility at Sinclair Wharf, Belfast Harbour Estate. The works will also include the creation of additional grain bay walls within the warehouse. The existing warehouse is approximately 12,700sqft in building footprint area. The warehouse is currently occupied as a flat grain store. These operations can be temporarily decanted in part and thus, the works are to be delivered on a phased basis, with the remaining warehouse space beyond a phase zone to remain operational throughout the construction works.
The successful bidder shall supply, construct, and install all permanent works and all associated temporary works within an operational container terminal ("Works").
Please note that these works will be sequenced in 7 Phases and shall take place within an operational container terminal
The Works will include the following;
• Liaising, coordinating and co-operating with Irish Continental Group to ensure the Works are carried out in a safe manner within the operational terminal and cause as little disruption as possible to the ongoing operations.
• Laying of approximately 9,200m2 of pavement quality concrete
• Laying of approximately 7,928 m2 of hot rolled asphalt
• Laying of approximately 10,600m2 of gravel surfacing
• Installation of 450m of heavy-duty storm slot drains
• Installation of all other associated storm drainage
• Construction of 4nr reefer towers with piled foundations
• ISPS boundary and internal paladin fencing and gates
• Estimated programme for the works is 80 weeks
• M&E Services including HV and LV power networks, lighting, data connections and all associated civil engineering works including, ducting and chambers.
• Approximate length of HV cabling: 1350m
• Number of reefer towers to be connected: 4
Belfast Harbour wishes to appoint a suitably experienced marine dredging contractor to restore both navigation channels and berths in specified areas of the Port to their specified depths. The estimated volume of material to be dredged is a minimum of 300,000m3. Interested parties should note that as part of this PQQ process, bidders are required to demonstrate that they have sufficient experience in dredging projects of a similar scope and complexity, as well as sufficient plant and resources to undertake the dredging works in accordance with BHC's timetable for the works, if successful. The project has an estimated 6-8 weeks duration.
Belfast Harbour Commissioners has decided to advertise this competition on a voluntary basis. This does not represent any commitment to follow any of the official procurement procedures under the Utilities Contracts Regulations 2016.
City Quays Gardens is a public realm improvement scheme to create formal gardens area including erection of 'gateway nest' and 'swinging seat' features and seating; artwork trail; lawn areas; shared pedestrian and access routes; public plazas; promenade along Clarendon Dock; improvements to and widening of footpaths at Corporation Square; extensions of taxi bays, relocation of Belfast Bike and bicycle shelters and stands, realignment of the road; and relocation of listed railings fronting Corporation Square.
Belfast Harbour Commissioners has decided to advertise this competition on a voluntary basis. This does not represent any commitment to follow any of the official procurement procedures under the Utilities Contracts Regulations 2016.
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 > Train parallel operation and implementation as well as post implementation support and maintenance. Belfast Harbour Commissioners (BHC) best estimate of the anticipated potential value of the contract, based on the full potential duration of the contract and all options available, ranges between £4million and £9million. The estimated total value provided below therefore represents the upper limit of this range.
Belfast Harbour Commissioners is seeking expressions of interest from contractors who are interested in tendering for the construction of an 8 acre trailer parking yard off Dargan Road, Belfast. The facility is required to provide additional capacity for the existing terminal at VT1 & 2 from which Stena Line currently operate daily ferry services to Birkenhead and Heysham. The scope of work will include demolition and site clearance, drainage, lighting, ducting, fencing, barriers and construction of the main yard with block paving surfacing.
Belfast Harbour Commissioners is seeking expressions of interest from contractors who may wish to submit a tender for the construction of a new heavy duty quay and deep water berth at D3, a 46 acre reclaimed site at the northern extent of Belfast Harbour.
The primary requirement of the project is to provide a new berth for the increasing number of cruise ships which call to Belfast, but there are several other possible future uses for the quay which have been considered in the design, including dry bulk, break bulk and project cargoes such as those associated with the offshore wind industry.
The scope of work will include construction of a 340m combi-wall type quay structure with mooring dolphins built approximately 60m out from the existing revetment, with mooring dolphins and return walls at either end and a heavy duty relieving slab and infill behind. There will also be dredging of the berthing pocket, hinterland surfacing and associated drainage, lighting, access roadway and services.
This procurement relates to the supply of electricity to Meter Point Reference Numbers (MPRNs) located throughout the Belfast Harbour Estate, under a Dynamic Purchasing System (DPS).
Belfast Harbour Commissioners is establishing a Framework for the purchase of Harbour Mobile Cranes (HMC), Rail-mounted Cranes (RMC) and Material Handlers (MH). The Framework is intended to run for 8 years.
BHC requires a range of construction consultancy services for various development and port related projects within the Belfast Harbour Estate and to meet this requirement, intends to procure a number of framework agreements for the provision of such services. The required consultancy services have been split into the following Lots:
• Lot 1: Civil and Structural Engineer;
• Lot 2: Mechanical and Electrical Engineer;
• Lot 3: Architect;
• Lot 4: Project Manager/ Quantity Surveyor;
• Lot 5: Planning; and
• Lot 6: Environmental.
BHC intends to conduct this tender process by following the procedures laid down in the Utilities Contracts Regulations 2016 (as amended). Interested parties should note however that not all of the services that may be required under any framework agreements awarded will relate to BHC's port activities.
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.
Belfast Harbour Commissioners (BHC) is conducting a competitive tender exercise for appointment of a service provider to provide cleaning & hygiene services for BHC within the Harbour Office along with six offsite buildings within Belfast Harbour Estate.
Tenders are sought from service providers who are able to meet the high standard of service delivery required and one which will particularly protect the integrity of the listed building and its contents. The Harbour Office is a listed building with many priceless artefacts, paintings and sculptures which must be cared for to the highest standard at all times.
It is currently anticipated that any contract 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 subsequent occasions of twelve (12) months each time, up to a maximum total period of five (5) years.
Belfast Harbour Commissioners (BHC) requires provision of perimeter security guarding services at Belfast Harbour Estate. The anticipated starting date for service commencement is, following a mobilisation period, 1 January 2026. BHC shall have the discretion to renew the contract term following the expiry of the initial period of three years (commencing on 1 January 2026) by up to four periods of 12 months each. 7 years (84 months) is the maximum duration of the contract.
BHC are seeking expressions of interest from contractors who are interested in tendering for the removal and replacement of an existing fibre reinforced floor slab within an existing warehouse facility at Sinclair Wharf, Belfast Harbour Estate. The works will also include the creation of additional grain bay walls within the warehouse. The existing warehouse is approximately 12,700sqft in building footprint area. The warehouse is currently occupied as a flat grain store. These operations can be temporarily decanted in part and thus, the works are to be delivered on a phased basis, with the remaining warehouse space beyond a phase zone to remain operational throughout the construction works.