Section one: Contracting authority
one.1) Name and addresses
University of Ulster
Block X Room X031, Cromore Road
Coleraine
BT52 1SA
Contact
Donal Quinn
Telephone
+44 2870123456
Country
United Kingdom
Region code
UKN - Northern Ireland
Internet address(es)
Main address
one.3) Communication
Additional information can be obtained from the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
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
Car Park Equipment and Maintenance
Reference number
project_28353
two.1.2) Main CPV code
- 98351000 - Car park management services
two.1.3) Type of contract
Services
two.1.4) Short description
Car Park Equipment and Maintenance - Request for Information (RFI)
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34926000 - Car park control equipment
- 98351100 - Car park services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
Main site or place of performance
Ulster University campuses in Northern Ireland at Belfast, Coleraine, Derry ~ Londonderry and Jordanstown.
two.2.4) Description of the procurement
The Service Provider will provide, install and maintain suitable car parking equipment infrastructure and systems to manage access to car parking facilities across all four campuses which covers approximately 5,000 parking spaces.
The scope of services include, but are not limited to:
• Controlling access to car parking across all 4 University campuses through provision of suitable automated barriers with entry and exit systems.
• Installation of all necessary equipment for a complete automated car parking access management system, e.g. barriers, pay stations etc.
• Provision of a planned maintenance and servicing regime for all installed equipment.
• On call response to all breakdowns and required repairs for all installed equipment.
• Facilitating an integrated parking permit scheme for staff and students across all 4 campuses.
• Provide a system to manage and control access to reserved parking areas on campus.
• Providing a combination of permit only and permit plus ticket car park access.
• Providing multiple payment options for parking.
• Providing visitor ticket validation functionality for authorise university members of staff.
• Providing reporting information as required by the University, e.g. car park occupation, equipment status reports, breakdown records etc.
• Facilitating group booking / advanced issue tickets for events etc.
It is anticipated that lots may not apply and the University may award a single contract to an Economic Operator. The University welcomes tender submissions from service providers who wish to work together as a consortium, however, consortium members may not be part of more than one consortium.
The indicative timetable for the main stages of the procurement process is anticipated to be as follows:
• Pre-qualification Questionnaire (PQQ) - December 2024
• Invitation to Tender (ITT) - Q1 2025
• Contract award and mobilsation - Q2 2025
• Services commencement - August 2025
The purpose of this Prior Information Notice (PIN) and Request for Information (RFI) is to invite potential service providers to express an interest and provide information to assist with the procurement and development of a specification for Car Park Equipment and Maintenance.
The procurement route, duration and type of contract(s) shall be determined following this preliminary market consultation and engagement with market participants.
two.2.14) Additional information
Subject to feedback from respondents to this RFI, the anticipated contract period shall be for an initial five year contract period with the option to extend for any periods up to and including 60 months.
The estimated total value stated above in Section II.1.5 above includes the initial 5 year contract period and the option to extend the contract for any periods up to and including 60 months.
two.3) Estimated date of publication of contract notice
11 December 2024
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section six. Complementary information
six.3) Additional information
Please note that the Request for Information (RFI) questionnaire (RFI reference pqq_4589) for this opportunity will be accessible on the eSourcing NI platform. This RFI questionnaire also contains further information on the opportunity which can be accessed on the following portal website:
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
This RFI questionnaire should be completed by interested providers and submitted via eSourcing NI as directed no later than 5 November 2024.
The University may also further engage with Economic Operators who express an interest in this exercise to seek clarification or to inform our position further and to assist in the development of a specification, which may include the provision of an on-site/ off site demonstration.
The information contained within this notice may be subject to change within the final Contract Notice published in relation to this opportunity.
It is important to note that this PIN/RFI is not a call for competition, a pre-qualification questionnaire, part of any pre-qualification/selection process or a current tender opportunity. Potential service providers will need to express an interest in any future tender opportunity once a Contract Notice is published.
The University will, once the Contract Notice and procurement documents have been published, welcome interest from all capable potential service providers. However, interested parties are advised that they must ultimately satisfy the minimum requirements of the initial selection criteria that will be set out in the procurement documents, in order to be considered for shortlisting to proceed to the next stage, Invitation to Tender (ITT) award criteria of the procurement process.