Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
University of Ulster
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.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.1.7) Total value of the procurement
Value excluding VAT:
979 545.06
GBP
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
Quality criterion: CAFM Mandatory Requirements
/ Weighting: Pass/Fail
Quality criterion: Mobilisation and Implementation
/ Weighting: 10
Quality criterion: Contract Management and Support
/ Weighting: 5
Quality criterion: Training
/ Weighting: 5
Quality criterion: Digital Services Requirements
/ Weighting: 5
Quality criterion: CAFM Desirable Requirements
/ Weighting: 15
Quality criterion: CAFM System Demonstration
/ Weighting: 25
Price
/ Weighting:
35
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.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 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:
2025/S 000-001904
Section V: Award of contract
Contract No: project_27270
Title: Computer Aided Facilities Management (CAFM)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
07/05/2025
V.2.2) Information about tenders
Number of tenders received: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Invida Limited
10223226
Celixir House, Stratford Business & Technology Park, Innovation Way
Stratford Upon Avon
CV37 7GZ
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 979 545.06
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.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.
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 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).
VI.5) Date of dispatch of this notice
08/05/2025