London Borough of Bromley has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Joint Authorities - Provision of Library Services |
Notice type: | Contract Notice |
Authority: | London Borough of Bromley |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | The London Boroughs of Bexley and Bromley (the Joint Authorities) wish to invite tenders for the provision of library services identified within this notice jointly to the respective libraries in each Borough. The contract includes delivery of frontline and back office functions, as well as some facilities management of library buildings and assets as detailed in the Tender Specification. The contract will be divided into 2 lots: Lot 1: Provision of Library Services for Libraries within the London Borough of Bexley. Lot 2: Provision of Library Services for Libraries within the London Borough of Bromley. Bidders may submit tenders for either one or both Lots. The Authorities individually reserve the right to appoint a separate contractor for each lot, a single contractor for both lots or to jointly or separately make no award. The Joint Authorities would give providers opportunity to offer a further price discount for the awarding of both lots to the same contractor. It is anticipated the contract will commence on 1st September 2017 for an initial period of 10 years. The Joint Authorities reserve the right, either individually or jointly, to extend the contract period by up to a further five years. Annual contract value is approximately £8.6m over both Authorities. Please note that this figure is indicative. The tender will be run electronically through the London Tenders Portal at www.londontenders.org and prospective providers should register their company on this site (if they have not already done so) in order to participate in this tender. Please note this opportunity will appear on the portal under the London Borough of Bexley's opportunities as they are running this tender. Full tender documentation is accessible via the London Tenders Portal and Applicants should complete only the Stage 1 Selection Documents at this stage. The Invitation to Tender and supporting documents should only be completed once an Applicant has been invited to submit a tender following assessment of the Stage 1 responses. Applicants will be informed if they are being invited or not being invited to submit a tender on or around 16th May (or as otherwise directed by the Joint Authorities). |
Published: | 09/03/2016 15:05 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
London Borough of Bromley
Civic Centre, Stockwell Close, Bromley, BR1 3UH, United Kingdom
Email: hannah.jackson@bromley.gov.uk, URL: www.bromley.gov.uk
Electronic Access URL: www.londontenders.org
Electronic Submission URL: www.londontenders.org
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Joint Authorities - Provision of Library Services
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 26
Region Codes: UKJ4 - Kent
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Library, archives, museums and other cultural services. Grounds maintenance services. Building and facilities management services. Adult and other education services. Welfare services for children and young people. Library books. The London Boroughs of Bexley and Bromley (the Joint Authorities) wish to invite tenders for the provision of library services identified within this notice jointly to the respective libraries in each Borough. The contract includes delivery of frontline and back office functions, as well as some facilities management of library buildings and assets as detailed in the Tender Specification.
The contract will be divided into 2 lots:
Lot 1: Provision of Library Services for Libraries within the London Borough of Bexley.
Lot 2: Provision of Library Services for Libraries within the London Borough of Bromley.
Bidders may submit tenders for either one or both Lots. The Authorities individually reserve the right to appoint a separate contractor for each lot, a single contractor for both lots or to jointly or separately make no award. The Joint Authorities would give providers opportunity to offer a further price discount for the awarding of both lots to the same contractor.
It is anticipated the contract will commence on 1st September 2017 for an initial period of 10 years. The Joint Authorities reserve the right, either individually or jointly, to extend the contract period by up to a further five years. Annual contract value is approximately £8.6m over both Authorities. Please note that this figure is indicative.
The tender will be run electronically through the London Tenders Portal at www.londontenders.org and prospective providers should register their company on this site (if they have not already done so) in order to participate in this tender. Please note this opportunity will appear on the portal under the London Borough of Bexley's opportunities as they are running this tender.
Full tender documentation is accessible via the London Tenders Portal and Applicants should complete only the Stage 1 Selection Documents at this stage. The Invitation to Tender and supporting documents should only be completed once an Applicant has been invited to submit a tender following assessment of the Stage 1 responses. Applicants will be informed if they are being invited or not being invited to submit a tender on or around 16th May (or as otherwise directed by the Joint Authorities).
II.1.6)Common Procurement Vocabulary:
92500000 - Library, archives, museums and other cultural services.
77314000 - Grounds maintenance services.
79993000 - Building and facilities management services.
80400000 - Adult and other education services.
85311300 - Welfare services for children and young people.
22113000 - Library books.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots
II.1.9)Information about variants:
Variants will be accepted: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Not Provided
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Not Provided
Information About Lots
Lot No: 1
Title: Provision of Library Services for the London Borough of Bexley
1)Short Description:
Provision of Library Services for the London Borough of Bexley as described in Section II.1.5 of this notice.
2)Common Procurement Vocabulary:
92500000 - Library, archives, museums and other cultural services.
77314000 - Grounds maintenance services.
79993000 - Building and facilities management services.
80400000 - Adult and other education services.
85311300 - Welfare services for children and young people.
22113000 - Library books.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: Provision of Library Services for the London Borough of Bromley
1)Short Description:
Provision of Library Services for the London Borough of Bromley as described in Section II.1.5 of this notice.
2)Common Procurement Vocabulary:
92500000 - Library, archives, museums and other cultural services.
77314000 - Grounds maintenance services.
79993000 - Building and facilities management services.
80400000 - Adult and other education services.
85311300 - Welfare services for children and young people.
22113000 - Library books.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Performance Bond and/or Parent Company Guarantee may be required
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
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:
The performance of the contract is subject to particular conditions: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met; Potential Providers will be assessed in accordance with Section 5 of Chapter 2 of the Public Contracts Regulations 2015, (implementing Title II, Chapter III, Section 3, Sub-section I of Directive 2014/24/EU), on the basis of information provided in response to an Invitation to Tender (‘ITT’).
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
III.2.3)Technical capacity
Technical capacity - means of proof required
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Negotiated
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged number of operators: 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes
IV.2)Award Criteria
IV.2.1)Award criteria:
The 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:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: 4562
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 13/04/2016
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: Not Provided
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Not Provided
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
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.
Evaluation of the tender will be based on the CIPFA standing guide to the commissioning of local authority work and services tender evaluation model and in full compliance with EU Directives, the Council's Contract Procedure Rules and in accordance with the stated criteria. Tenderers should note that the evaluation of the above criteria for Quality issues etc. will also include the operation of minimum score thresholds. If the Tenderer's proposal receives a score below the required threshold then the bid may not be considered further. (The minimum acceptable score is a requirement to obtain at least half of the available points in any particular area).
An indicative use of this model can be downloaded from the Council’s website at http://www.bromley.gov.uk/info/200095/tenders_and_contracts/265/submitting_tenders
The Council works closely with a number of its surrounding local authorities on procurement activity and is a member of the South East London Procurement Group (comprising of the London Boroughs of Bromley, Bexley, Lewisham, Greenwich, Lambeth and Southwark). In addition to the partner organisation identified above, in appropriate circumstances and in compliance with any legal and regulatory requirement, the opportunity for services to be provided through this contract may also be offered to members of this organisation and who may have similar usage volumes.
The Council may make use of the contract for further negotiated arrangements to the extent permissible and in compliance with the relevant Procurement Regulations. The Joint Authorities reserve the right to extend libraries' management into other operational spheres as indicated by the CPVs published in this notice.
Prospective contractors are advised that the documents issued at this time in conjunction with the OJEU Tender Notice may be supplemented and/or amended as provided for in Regulation 53(6) of the Public Contracts Regulations 2015.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=192316354
GO-201639-PRO-7874397 TKR-201639-PRO-7874396
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: Complaints during the procurement process are conducted under the Official Journal for the European Union (OJEU) in line with the Public Contracts Regulations (2015). Our processes are conducted in a fair, open and transparent manner. We are committed to developing constructive relationships with suppliers and are keen to generate maximum competition in all of our procurements to deliver best value and sustainable cost savings for the taxpayer. The outcome of the evaluation process is totally dependent on the competitive strength of the individual bid submissions, regardless of the bidder's size or place on existing / previous arrangements. We are committed to treating all suppliers fairly and all feedback and complaints are given full and fair consideration. If at any stage we believe that a mistake has been made by us, please be assured that we will rectify it to the extent that we can legally do so. In order to complain you must first be registered on the eSourcing tool for the relevant procurement event. All complaints must be raised via the eSourcing tool messaging facility. If you are still unsatisfied at the outcome of a procurement competition and wish to challenge it, then you should issue legal proceedings under Part 3 chapter 6 (Applications to the Court) of the Public Contracts Regulations 2015 and serve them on the Government Legal Department in accordance with the Civil Procedure Rules Part 66 (Crown Proceedings) and its associated Practice Direction. Please note that service by email is subject to prior agreement with the Head of Litigation at the Government Legal Department Solicitor's Department and is not routinely given.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Royal Courts of Justice
The Strand, Stockwell Close, Holborn, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.5) Date Of Dispatch Of This Notice: 09/03/2016
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
London Borough of Bexley
Civic Offices, 2 Watling Street, Bexleyheath, DA6 7AT, United Kingdom