Supplies - 588586-2019

12/12/2019    S240

United Kingdom-Leicester: Library software package

2019/S 240-588586

Contract award notice

Results of the procurement procedure

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: ESPO
Postal address: Barnsdale Way, Grove Park, Enderby
Town: Leicester
NUTS code: UKF21 Leicester
Postal code: LE19 1ES
Country: United Kingdom
Contact person: Food, Communities and Technology Team
E-mail: tendersd@espo.org
Telephone: +44 1162944163
Internet address(es):
Main address: http://www.espo.org/
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
Other activity: Local Authority Services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

350_19 Library Solutions and Systems (September 2019)

Reference number: 350_19
II.1.2)Main CPV code
48160000 Library software package
II.1.3)Type of contract
Supplies
II.1.4)Short description:

ESPO wish to establish a framework agreement with multiple suppliers for library RFID equipment, self-service technology (including installation, support and maintenance and associated services) and library management systems and associated support services. A PIN 2019/s 115-281582 was published on 18.6.2019. Tenders were invited for 350_19 library solutions and systems on the eastmidstenders.org eProcurement portal referenceDN415386 (sub by 20.9.2019). Due to technical issues, a contract notice was not placed. To ensure compliance with PCR 2015 27 (4), the invitation to tender is being re-issued and the clarification log created re-opened. Tenderers that submitted bids on 20.9.2019 may resubmit their bids, re-dated with any updates they wish, taking account of all clarifications published. New tenderers welcome.

II.1.6)Information about lots
This contract is divided into lots: yes
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 20 000 000.00 GBP
II.2)Description
II.2.1)Title:

Library RFID’s

Lot No: 1A
II.2.2)Additional CPV code(s)
30238000 Library automation equipment
48160000 Library software package
48161000 Library management system
79995000 Library management services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

This lot requires suppliers to provide library RFID equipment, software, installation, support and maintenance and training. Including any additional services to help deliver an efficient library solution.

Applicable to all lots:

ESPO has established a commercial trading company, ESPO Trading Ltd, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful supplier may be asked to enter into an additional separate framework agreement (the second framework) with ESPO Trading Ltd on materially similar terms to that found in the tender pack to be entered into by ESPO itself.

Any second framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Ltd may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders' information only.

An eAuction process may be used to award subsequent call-off contracts following the reopening of competition among the parties to the framework agreement.

II.2.5)Award criteria
Quality criterion - Name: Non-price / Weighting: 40
Price - Weighting: 60
II.2.11)Information about options
Options: yes
Description of options:

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.7) includes the option period.

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
II.2)Description
II.2.1)Title:

Self Service Technology

Lot No: 1B
II.2.2)Additional CPV code(s)
30238000 Library automation equipment
48160000 Library software package
48161000 Library management system
79995000 Library management services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

This lot requires suppliers to provide self-service technology and hardware to enable the general public to access libraries during non-core hours. Including any additional services to help deliver an efficient library solution.

II.2.5)Award criteria
Quality criterion - Name: Non-price / Weighting: 40
Price - Weighting: 60
II.2.11)Information about options
Options: yes
Description of options:

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.7) includes the option period.

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
II.2)Description
II.2.1)Title:

Library Management Systems and Associated Support Services

Lot No: 2
II.2.2)Additional CPV code(s)
30238000 Library automation equipment
48160000 Library software package
48161000 Library management system
79995000 Library management services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

This lot requires suppliers to provide both a cloud hosted library management system that will enable that will keep a record of all activity and transactions which occur within the library. Suppliers should also be able to provide any associated hardware, installation, support and maintenance and training. Including any associated services to help deliver an efficient library solution.

II.2.5)Award criteria
Quality criterion - Name: Non-price / Weighting: 40
Price - Weighting: 60
II.2.11)Information about options
Options: yes
Description of options:

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.7) includes the option period.

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

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2019/S 189-459075
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Lot No: 1
Title:

Library RFID’s

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
26/11/2019
V.2.2)Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 9
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 12
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractor
Official name: Bibliotheca
Postal address: Landmark House, Station Road
Town: Stockport
NUTS code: UKD6 Cheshire
Postal code: SK8 7BS
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: D-Tech International Ltd
Postal address: Building 136 Bentwaters Parks, Rendlesham
Town: Woodbridge
NUTS code: UKH14 Suffolk
Postal code: IP12 2TW
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Good With Devices Ltd
Postal address: Albert House, 2 Bells Square
Town: Sheffield
NUTS code: UKE32 Sheffield
Postal code: S1 2FY
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: SB Electronic Systems Ltd
Postal address: Arden House, 7 Arden Grove
Town: Harpenden
NUTS code: UKH23 Hertfordshire
Postal code: AL5 4SL
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: P V Supa Oy
Postal address: Huhtimondie 6A
Town: Kerava
NUTS code: FI SUOMI / FINLAND
Postal code: 04200
Country: Finland
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 10 000 000.00 GBP
V.2.5)Information about subcontracting

Section V: Award of contract

Lot No: 1B
Title:

Self Service Technology

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
26/11/2019
V.2.2)Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 9
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 12
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Bibliotheca
Postal address: Landmark House, Station Road
Town: Stockport
NUTS code: UKD6 Cheshire
Postal code: SK8 7BS
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 5 000 000.00 GBP
V.2.5)Information about subcontracting

Section V: Award of contract

Lot No: 2
Title:

Library Management Systems and Associated Support Services

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
26/11/2019
V.2.2)Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 9
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 12
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractor
Official name: Applied Network Solutions Ltd
Postal address: 25 Meadow Way, Theale
Town: Reading
NUTS code: UKJ11 Berkshire
Postal code: RG7 4AU
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: Civica UK Ltd
Postal address: Southbank Central, 30 Stamford Street
Town: London
NUTS code: UKI LONDON
Postal code: SE1 9QL
Country: United Kingdom
The contractor is an SME: no
V.2.3)Name and address of the contractor
Official name: Sirsi Ltd t/a SirsiDynix
Postal address: First Floor, Axis 6, Rhodes Way
Town: Watford
NUTS code: UK UNITED KINGDOM
Postal code: WD24 4YW
Country: United Kingdom
The contractor is an SME: yes
V.2.3)Name and address of the contractor
Official name: PTFS Europe Ltd
Postal address: Sundial House, High Street
Town: Woking
NUTS code: UKJ2 Surrey, East and West Sussex
Postal code: GU21 4SU
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 5 000 000.00 GBP
V.2.5)Information about subcontracting

Section VI: Complementary information

VI.3)Additional information:

As a central purchasing body as defined by the EU Procurement Directive 2014/24/EU, the framework agreement is open for use by Public Bodies (defined at https://www.espo.org/ESPO/media/Documents/FAQs/ESPO-s_powers_to_trade__website_-2016-12-22.pdf) that also fall into one of the following classifications of user throughout all administrative regions of the UK:

— local authorities,

— educational establishments (including academies),

— Central Government Departments and agencies,

— police, fire and rescue and coastguard emergency services,

— NHS and HSC Bodies, including ambulance services,

— registered charities,

— Registered social landlords,

— the corporate office of the House of Lords, the corporate officer of the House of Commons, or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: http://www.espo.org/About-us-%281%29/FAQs/Legal

VI.4)Procedures for review
VI.4.1)Review body
Official name: Royal Court of Justice
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Information on deadlines(s) for review procedures can be found in Part 3, Chapter 6 of the Public Contracts Regulations 2015.

VI.5)Date of dispatch of this notice:
10/12/2019