Contract

Computer Aided Facilities Management (CAFM)

  • University of Ulster

F03: Contract award notice

Notice identifier: 2025/S 000-019643

Procurement identifier (OCID): ocds-h6vhtk-040d2d (view related notices)

Published 8 May 2025, 11:16am



Section one: Contracting authority

one.1) Name and addresses

University of Ulster

Block X Room X031, Cromore Road

Coleraine

BT52 1SA

Email

d.quinn@ulster.ac.uk

Telephone

+44 2870123456

Country

United Kingdom

Region code

UKN - Northern Ireland

Internet address(es)

Main address

www.ulster.ac.uk

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.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £979,545.06

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

Quality criterion - Name: CAFM Mandatory Requirements / Weighting: Pass/Fail

Quality criterion - Name: Mobilisation and Implementation / Weighting: 10

Quality criterion - Name: Contract Management and Support / Weighting: 5

Quality criterion - Name: Training / Weighting: 5

Quality criterion - Name: Digital Services Requirements / Weighting: 5

Quality criterion - Name: CAFM Desirable Requirements / Weighting: 15

Quality criterion - Name: CAFM System Demonstration / Weighting: 25

Price - Weighting: 35

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.1.7 includes the initial five year contract period and the option to extend the contract for any periods up to and including 60 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: 2025/S 000-001904


Section five. Award of contract

Contract No

project_27270

Title

Computer Aided Facilities Management (CAFM)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 May 2025

five.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Invida Limited

Celixir House, Stratford Business & Technology Park, Innovation Way

Stratford Upon Avon

CV37 7GZ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

10223226

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £979,545.06


Section six. Complementary information

six.3) Additional information

The estimated total value stated above in Section V 2.4 includes the initial five year contract period and the option to extend the contract for any periods up to and including 60 months.

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 reprocurement 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 reprocurement

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 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).