Section one: Contracting authority
one.1) Name and addresses
University of Ulster
Block X Room X031, Cromore Road
Coleraine
BT52 1SA
Telephone
+44 2870123456
Country
United Kingdom
Region code
UKN - Northern Ireland
National registration number
NIC100166
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Computer Aided Facilities Management (CAFM)
Reference number
project_27270
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
Computer Aided Facilities Management (CAFM)
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48420000 - Facilities management software package and software package suite
- 48421000 - Facilities management software package
- 72514000 - Computer facilities management services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Ulster University campuses in Northern Ireland at Belfast, Coleraine, Derry~Londondery and Jordanstown Sports Village.
two.2.4) Description of the procurement
Ulster University requires a Computer Aided Facility Management (CAFM) System to replace the current incumbent CAFM and space management systems, the System must be compatible with the University technical infrastructure.
The Provider will supply and maintain a CAFM System that will be used across all four University campuses in Northern Ireland, including but not limited to the following:
• Computer Aided Facilities Management (CAFM).
• Space management system.
• Cloud-based solution.
• Licences for University employees and Contractors.
• Implementation.
• Training.
• Software support and maintenance.
• Students licences - option for Contract Years 6 to 10.
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: £800,000
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.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
It is anticipated the contract will be for five (5) years initially, with an option to extend for any periods up to and including sixty (60) months.
There is an option for provision of Student licences for Contract Years 6-10.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The estimated total value stated above in Section II.2.6 includes the initial five year contract period and the option to extend the contract for any periods up to and including 60 months.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the procurement documents.
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-030812
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
19 February 2025
Local time
3:00pm
Changed to:
Date
26 February 2025
Local time
3:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
19 February 2025
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
In the event that the Contract is terminated prior to expiry of the proposed initial five (5) year contract period, the University reserves the right (but shall not be obliged) in that instance to offer the second ranked most economically advantageous tenderer from this Competition (second ranked tenderer), the opportunity to enter into a replacement contract with the University on the basis of the same contract terms, rather than undertaking a re-procurement exercise at that point. Any replacement contract entered into will be for the remaining unexpired initial contract period, with the same ability for the University to extend by a further period or periods of up to five (5) years.
Entry into any replacement contract with the second ranked tenderer shall be subject to that second ranked tenderer’s offer (including its tender pricing) remaining unchanged from that originally proposed at the tender return deadline. In the event that either: (a) the second ranked tenderer is unable or unwilling to stand over its original tender offer to the University; or (b) the second ranked tenderer is unable or unwilling to enter into a replacement contract with the University on the basis of the same contract terms; or (c) the second ranked tenderer declines the opportunity to enter into a replacement contract with the University for any reason, then the University reserves the right to approach the next highest ranking most economically advantageous tenderer from this Competition in turn on the same basis. This process may, at the University’s discretion, continue until all ranked tenderers have been exhausted or the University decides, at its sole discretion, to undertake a re-procurement exercise.
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 3JY
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The University will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 (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).