Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
Official name: University of Leeds
Postal address: Purchasing Office, 1-3 Lifton Villas, Lifton Place
Town: Leeds
Postal code: LS2 9JZ
Country: United Kingdom
Telephone: +44 1133434855
E-mail:
centralpurchasing@adm.leeds.ac.ukNUTS code:
UKE42 LeedsInternet address(es): Main address:
https://www.leeds.ac.uk I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityEducation
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Library Management System.
Reference number: SD/2989
II.1.2)Main CPV code48161000 Library management system
II.1.3)Type of contractSupplies
II.1.4)Short description:
The University of Leeds is seeking expressions of interest for the supply of a library management system (LMS)
The University is seeking to adopt an LMS to exploit new technologies being offered; to maximise potential efficiencies in workflows and processes; to ensure rapid, seamless delivery and value for money; to enhance the student's library experience; and to free up resources to meet new University information needs. The University wishes to appoint a supplier who can work with the University to meet its need for an LMS that takes a unified approach by fully integrating the management of print, electronic and digital collections and associated services.
II.1.5)Estimated total valueValue excluding VAT: 1 200 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)48161000 Library management system
II.2.3)Place of performanceNUTS code: UKE42 Leeds
Main site or place of performance:
II.2.4)Description of the procurement:
The University of Leeds is seeking expressions of interest for the supply of a library management system (LMS)
The University is seeking to adopt an LMS to exploit new technologies being offered; to maximise potential efficiencies in workflows and processes; to ensure rapid, seamless delivery and value for money; to enhance the student's library experience; and to free up resources to meet new University information needs. The University wishes to appoint a supplier who can work with the University to meet its need for an LMS that takes a unified approach by fully integrating the management of print, electronic and digital collections and associated services.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 1 200 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 60
This contract is subject to renewal: yes
Description of renewals:
The initial contract duration will be 5 years with options to extend for a further 5 years subject to annual review.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Following the Competitive Procedure with Negotiation the top scoring 6 bidders at SQ stage will be invited to submit a bid at ITT stage only.
After the initial tender responses are received, scored and evaluated, there will be a final period where discussions and negotiations will take place between the University of Leeds and the final short-list of vendors.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureCompetitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5)Information about negotiationThe contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 13/11/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 27/11/2017
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information: VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: High Court of England and Wales
Postal address: Royal Courts of Justice, Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Internet address:
http://www.justice.gov.uk VI.4.2)Body responsible for mediation procedures VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:13/10/2017