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
Soft Facilities Services
Reference number
project_27467
two.1.2) Main CPV code
- 79993000 - Building and facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
Soft Facilities Services
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 64100000 - Post and courier services
- 79710000 - Security services
- 79993100 - Facilities management services
- 90910000 - Cleaning services
- 98341120 - Portering services
- 98351000 - Car park 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 is seeking to procure to award a single contract for Soft Facilities Services which will include:
• Security services
• Car parking services
• Cleaning services
• Portering services (including on-campus mail and inter-campus delivery)
• Flood defence services
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: £80,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Pre-Qualification Questionnaire (PQQ)
It is anticipated that, subject to a sufficient number of compliant and satisfactory responses being received, a maximum of five (5) Economic Operators plus ties (if applicable and as detailed further below) who meet the requirements stated in the PQQ Documentation and:
• who receive a total overall weighted score of 45 or more for their response to PQQ – Part E (in relation to technical or professional ability); and
• who achieve the five highest total overall weighted scores for their responses to PQQ Part E (in accordance with Section 5.4 of the PQQ Documentation)
will be invited to submit tenders.
Where there is a tie for a shortlisted place, then all tied Economic Operators in that tied position will be invited to tender. A tie is deemed to occur where two or more Economic Operators have identical scores or a score within 1 mark (out of a score of 100). For example, if two Economic Operators are tied in fourth place, both Economic Operators would be shortlisted, and the fifth placed Economic Operator would not be shortlisted.
Notwithstanding that the University anticipates selecting a maximum of five Economic Operators to progress to the tendering stage, it reserves the right to select less.
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 Portering room utilisation services for contract years 3-10.
There is an option for provision of Flood Defence services at any stage during the contract term.
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
Restricted 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 000-020631
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
25 March 2024
Local time
3:00pm
Changed to:
Date
26 March 2024
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)
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.
As provided for under PCR Regulation 28, the University is shortening the minimum time limit for receipt of requests to participate (PQQ submissions) due to the urgency of this contract requirement, as the University renders impracticable the time limits stated.
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).