Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: University of Sussex
Postal address: Procurement Office, Sussex House, Falmer
Town: Brighton
Postal code: BN1 9RH
Country: United Kingdom
For the attention of: Mr S. Cole, Head of Procurement
E-mail: procurement@sussex.ac.uk
Telephone: +44 1273678143 / 873946
Fax: +44 1273877164
Internet address(es):
General address of the contracting authority: www.sussex.ac.uk
Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/universityofsussex
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityEducation
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
New Web — based Library Management System.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code UKJ SOUTH EAST (ENGLAND)
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Library software package. Library software package. The University of Sussex is seeking tenders for a new web-based Library Management System. We are looking for a system that will provide a unified resource management approach to the full range of library services, and in particular to the management of online and print collections. We would expect a system to communicate as seamlessly as possible with other systems in the Library and provide excellent integration with current and future internal and external University systems such as our finance system, Agresso. The system provided must be capable of managing library resources effectively with all support and maintenance services being in place. It is anticipated that a contract will be let for an initial 5 years, with scope for additional annual extensions up to a maximum contract duration of 10 years.
II.1.6)Common procurement vocabulary (CPV)48160000 Library software package
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: A pre-qualification questionnaire will be contained in the tender documents.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: (a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance.
A pre-qualification questionnaire will be contained in the tender documents.
Minimum level(s) of standards possibly required: A pre-qualification questionnaire will be contained in the tender documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
A pre-qualification questionnaire will be contained in the tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
POCVT527
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate12.11.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresOfficial name: The University of Sussex
Country: United Kingdom
Body responsible for mediation procedures
Official name: University of Sussex
Country: United Kingdom
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: In accordance with our obligations under UK Statutory Instrument 2009/2992 'The Remedies Directive', the University will observe a minimum 10 calendar day Standstill Period at the point information on the outcome of the tender process is communicated to tenderers.
VI.4.3)Service from which information about the lodging of appeals may be obtainedOfficial name: The High Court, Royal Courts of Justice
Postal address: The Strand
Town: London
Country: United Kingdom
VI.5)Date of dispatch of this notice:3.10.2014