London Borough Of Bexley: Library Management System

  London Borough Of Bexley has published this notice through Delta eSourcing

Notice Summary
Title: Library Management System
Notice type: Contract Notice
Authority: London Borough Of Bexley
Nature of contract: Services
Procedure: Open
Short Description: Delivery, installation and going support and maintenance for a libraries management system
Published: 03/10/2019 13:40

View Full Notice

UK-BEXLEYHEATH: Library software package.
Section I: Contracting Authority
      I.1) Name and addresses
             London Borough Of Bexley
             LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
             Tel. +44 2030455300, Email: procurement@bexley.gov.uk
             Contact: PROCUREMENT SUPPORT TEAM
             Main Address: https://www.bexley.gov.uk, Address of the buyer profile: WWW.BEXLEY.GOV.UK
             NUTS Code: UKI6
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.londontenders.org
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.londontenders.org to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Library Management System       
      Reference Number: 5092
      II.1.2) Main CPV Code:
      48160000 - Library software package.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Delivery, installation and going support and maintenance for a libraries management system       
      II.1.5) Estimated total value:
      Value excluding VAT: 500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI6 Outer London – South
      
      II.2.4) Description of procurement: Delivery, installation and ongoing support and maintenance of the system for the duration of the contract period
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40
                        
            Cost criterion - Name: Price / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: 500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/07/2020 / End: 30/06/2030       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract is initially for a period of 5 years from 1st July 2020 with the option to extend up to a further 5 years
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The Council has discharges its obligations under regulation 46(2) of the Public Contracts Regulations 2015 by providing an indication of the main reasons for its decision not to sub divide the proposed contract into lots . The decision to procure an integrated offer was based on the independence of the services and for service user convenience both from internal and external clients.       


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:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 05/11/2019 Time: 17:00
            
      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 tender: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 06/11/2019
         Time: 17:00
         Place:
         London Tenders Portal
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=433244646
   VI.4) Procedures for review
   VI.4.1) Review body:
             London Borough Of Bexley
       LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, KENT, BEXLEYHEATH, DA6 7AT, United Kingdom
       Tel. +44 2030455124, Fax. +44 2082946385, Email: procurement@bexley.gov.uk
       Internet address: www.bexley.gov.uk
   VI.4.2) Body responsible for mediation procedures:
             London Borough Of Bexley
          CIVIC OFFICES, WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
          Tel. +44 2030455300, Email: PROCUREMENT@BEXLEY.GOV.UK
          Internet address: www.bexley.gov.uk
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          London Borough Of Bexley
       LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, KENT, BEXLEYHEATH, DA6 7LB, United Kingdom
       Tel. +44 2030455123, Fax. +44 2082946835, Email: PROCUREMENT@BEXLEY.GOV.UK
       Internet address: www.bexley.gov.uk
   VI.5) Date Of Dispatch Of This Notice: 03/10/2019

Annex A


View any Notice Addenda

View Award Notice

UK-BEXLEYHEATH: Library software package.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       London Borough Of Bexley
       LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
       Tel. +44 2030455300, Email: procurement@bexley.gov.uk
       Contact: PROCUREMENT SUPPORT TEAM
       Main Address: https://www.bexley.gov.uk
       NUTS Code: UKI6

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Library Management System            
      Reference number: 5092

      II.1.2) Main CPV code:
         48160000 - Library software package.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: Delivery, installation and going support and maintenance for a libraries management system

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 500,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKI6 - Outer London – South
   
      Main site or place of performance:
      Outer London – South
             

      II.2.4) Description of the procurement: Delivery, installation and ongoing support and maintenance of the system for the duration of the contract period

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 40
                  
      Cost criterion - Name: Price / Weighting: 60
            

      II.2.11) Information about options
         Options: No
         

      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 Council has discharges its obligations under regulation 46(2) of the Public Contracts Regulations 2015 by providing an indication of the main reasons for its decision not to sub divide the proposed contract into lots . The decision to procure an integrated offer was based on the independence of the services and for service user convenience both from internal and external clients.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2019/S 193-469040
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/12/2019

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Axiell Ltd, 07680482
             Nottingham One, 120 Canal Street, Nottingham, NG1 7HG, United Kingdom
             NUTS Code: UKI6
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000          
         Lowest offer: 165,350 / Highest offer: 196,945
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=492390313

   VI.4) Procedures for review

      VI.4.1) Review body
          London Borough Of Bexley
          LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, KENT, BEXLEYHEATH, DA6 7AT, United Kingdom
          Tel. +44 2030455124, Fax. +44 2082946385, Email: procurement@bexley.gov.uk
          Internet address: https://www.bexley.gov.uk

      VI.4.2) Body responsible for mediation procedures
          London Borough Of Bexley
          CIVIC OFFICES, WATLING STREET, BEXLEYHEATH, DA6 7AT, United Kingdom
          Tel. +44 2030455300, Email: PROCUREMENT@BEXLEY.GOV.UK
          Internet address: https://www.bexley.gov.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          London Borough Of Bexley
          LONDON BOROUGH OF BEXLEY, CIVIC OFFICES, WATLING STREET, KENT, BEXLEYHEATH, DA6 7LB, United Kingdom
          Tel. +44 2030455123, Fax. +44 2082946835, Email: PROCUREMENT@BEXLEY.GOV.UK
          Internet address: https://www.bexley.gov.uk

   VI.5) Date of dispatch of this notice: 06/05/2020