Section one: Contracting authority
one.1) Name and addresses
University of Ulster
Block X Room X031, Cromore Road
Coleraine
BT52 1SA
Telephone
+44 2870123760
Country
United Kingdom
Region code
UKN - Northern Ireland
National registration number
NIC100166
Internet address(es)
Main 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
Access Control and Intruder Alarm Maintenance Services
Reference number
project_26882
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Access Control and Intruder Alarm Maintenance Services
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £432,654.95
two.2) Description
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Contractor shall maintain the University’s Access Control System over the four campuses (Belfast, Coleraine, Jordanstown and Magee); and Intruder Alarm systems on the Belfast campus, ensuring that the systems are always fully functional.
The Access Control and Intruder Alarm Maintenance Services shall include:
• Access Control, Hardware Planned Preventative Maintenance (PPM): Annual inspection and servicing of all hardware components.
• Access Control, Software Support.
• Intruder Alarm PPM: biannual inspection, servicing, and certification of systems.
• A 24/7 callout service for both the Intruder Alarm and Access Control Systems.
• Training nominated University staff to be proficient in the operation of hardware and software elements of both Access Control and Intruder Alarm systems.
The University reserves the right to procure Intruder Alarm Remedial Repairs via stand-alone procurements outside this Contract where the annual estimated value of the Remedial Repairs identified by the Contractor is £1,000 or greater.
two.2.5) Award criteria
Quality criterion - Name: Access Control Service Delivery / Weighting: 12%
Quality criterion - Name: Intruder Alarm Service Delivery / Weighting: 6%
Quality criterion - Name: Resource Management / Weighting: 8%
Quality criterion - Name: Social Value / Weighting: 10%
Quality criterion - Name: Health & Safety and Contractor Accreditation / Weighting: 4%
Cost criterion - Name: Access Control Maintenance - Comprehensive Service / Weighting: 40.80%
Cost criterion - Name: Access Control Day Rates / Weighting: 0.60%
Cost criterion - Name: Intruder Alarms Maintenance - Basic Service / Weighting: 13.80%
Cost criterion - Name: Unscheduled Call-outs / Weighting: 1.80%
Cost criterion - Name: New Access Control Equipment / Weighting: 3.00%
two.2.11) Information about options
Options: Yes
Description of options
It is anticipated the contract will be for three (3) years initially, with an option to extend for any periods up to and including thirty six (36 months.
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.1.7 includes the initial 3 year contract period and the option to extend the contract for any periods up to and including 36 months.
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: 2022/S 000-027251
Section five. Award of contract
Contract No
project_26882
Title
Access Control and Intruder Alarm Maintenance Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 January 2023
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
G4S Secure Solutions (UK) Limited
2nd Floor, Chancery House, St. Nicholas Way, Surrey,
Sutton
SM1 1JB
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
01046019
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £432,000
Total value of the contract/lot: £432,654.95
Section six. Complementary information
six.3) Additional information
In the event any subsequent Contract is terminated in accordance with the provisions of the terms and conditions, the University reserves the right to offer the second ranked Tenderer in this tender, the opportunity to enter into a contract, provided the original terms (including price) offered by that Tenderer remain unchanged from those originally offered by that Tenderer during the course of this tender. Should this not be the case and/or the second ranked Tenderer declines, the University reserves the right to approach the next ranked Tenderer in turn on the same basis. This will continue until all ranked Tenderers have been exhausted or if the University determines, at its sole discretion, to retender. This right will exist throughout the initial contract period.
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 incorporated a minimum 10 calendar days standstill period at the point information on award of the contract was communicated to all tenderers. The standstill period provided time for unsuccessful tenderers to challenge the award decision before the contract was entered into. The Public Contracts Regulations 2015 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).