Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Computer Aided Facilities Management (CAFM)

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-040d2d
Published by:
University of Ulster
Authority ID:
AA20018
Publication date:
26 February 2025
Deadline date:
19 February 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Computer Aided Facilities Management (CAFM)

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

University of Ulster

NIC100166

Block X Room X031, Cromore Road

Coleraine

BT52 1SA

UK

Telephone: +44 2870123456

E-mail: d.quinn@ulster.ac.uk

NUTS: UKN

Internet address(es)

Main address: www.ulster.ac.uk

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://e-sourcingni.bravosolution.co.uk/web/login.shtml


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Computer Aided Facilities Management (CAFM)

Reference number: project_27270

II.1.2) Main CPV code

48000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Computer Aided Facilities Management (CAFM)

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

48420000

48421000

72514000

II.2.3) Place of performance

NUTS code:

UKN


Main site or place of performance:

Ulster University campuses in Northern Ireland at Belfast, Coleraine, Derry~Londondery and Jordanstown Sports Village.

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 800 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.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.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-030812

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 19/02/2025

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 19/02/2025

Local time: 15:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.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.

VI.4) Procedures for review

VI.4.1) Review body

High Court of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

BT1 3JY

UK

VI.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).

VI.5) Date of dispatch of this notice

20/01/2025

Coding

Commodity categories

ID Title Parent category
72514000 Computer facilities management services Computer-related management services
48421000 Facilities management software package Facilities management software package and software package suite
48420000 Facilities management software package and software package suite Business transaction and personal business software package
48000000 Software package and information systems Computer and Related Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
d.quinn@ulster.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.