Swindon Borough Council: Swindon Borough Council Core Library Service – Extended Opening

  Swindon Borough Council has published this notice through Delta eSourcing

Notice Summary
Title: Swindon Borough Council Core Library Service – Extended Opening
Notice type: Contract Notice
Authority: Swindon Borough Council
Nature of contract: Supplies
Procedure: Open
Short Description: Swindon Borough Council currently has 15 static and 1 mobile library. Subject to the outcome of Cabinet paper being discussed on 7 Dec 2016, the number of libraries and staffed hours could potentially be reduced to a core library service. SBC is looking at ways to enhance the core service by extending opening beyond staffed hours by using technology that will enable a library to stay open unstaffed for permitted users to obtain services they require as if the library was staffed. The framework may cover any libraries in Swindon borough. It is anticipated that libraries will need the same technology therefore the contract will need to include potential future purchases. More information regarding the proposals can be found at http://ww5.swindon.gov.uk/moderngov/ieListDocuments.aspx?CId=285&MId=7424&Ver=4 All tender documents are available in the attachments section on the advert on the South West Portal using the link below: www.supplyingthesouthwest.org.uk DN227228
Published: 02/12/2016 10:45

View Full Notice

UK-Swindon: Library automation equipment.
Section I: Contracting Authority
      I.1) Name and addresses
             Swindon Borough Council, UK
             Civic Offices, Euclid Street, Swindon, SN1 2JH, United Kingdom
             Tel. +44 7930618511, Email: jcatton@swindon.gov.uk
             Contact: Jim Catton
             Main Address: www.swindon.gov.uk
             NUTS Code: UKK14
      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.supplyingthesouthwest.org.uk
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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
            Recreation, culture and religion

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Swindon Borough Council Core Library Service – Extended Opening       
      Reference Number: DN227228
      II.1.2) Main CPV Code:
      30238000 - Library automation equipment.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: Swindon Borough Council currently has 15 static and 1 mobile library. Subject to the outcome of Cabinet paper being discussed on 7 Dec 2016, the number of libraries and staffed hours could potentially be reduced to a core library service.

SBC is looking at ways to enhance the core service by extending opening beyond staffed hours by using technology that will enable a library to stay open unstaffed for permitted users to obtain services they require as if the library was staffed.
The framework may cover any libraries in Swindon borough. It is anticipated that libraries will need the same technology therefore the contract will need to include potential future purchases.

More information regarding the proposals can be found at http://ww5.swindon.gov.uk/moderngov/ieListDocuments.aspx?CId=285&MId=7424&Ver=4

All tender documents are available in the attachments section on the advert on the South West Portal using the link below:
www.supplyingthesouthwest.org.uk DN227228       
      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:
      30238000 - Library automation equipment.
      
      II.2.3) Place of performance:
      UKK14 Swindon
      
      II.2.4) Description of procurement: Swindon Borough Council currently has 15 static and one mobile library,. Subject to the outcome of a Cabinet paper being discussed at Cabinet on 7 December 2016, the number of libraries and staffed hours could potentially be reduced to a core library service.

Swindon Borough Council is looking at ways to enhance the core library service by extending opening hours beyond staffed manned hours by the use of technology that will enable a library to stay open unstaffed and for permitted users to be able to obtain the services they require as if the library was staffed. It is unknown at this time what hours the libraries will be open unstaffed and whether the existing opening hours will be maintained, increased or decreased.

In addition, the framework may cover any of the libraries in the borough of Swindon.

It is anticipated that libraries will need the same technology, therefore, the contract will need to include flexibility for potential future purchases .

More information regarding the current proposals can be found at:
http://ww5.swindon.gov.uk/moderngov/ieListDocuments.aspx?CId=285&MId=7424&Ver=4

The initial framework period is for 36 months commencing 1 February 2017 with the option to extend for a further 12 months subject to satisfactory contract performance and budget availability.

The contract will be set up as a framework agreement with a total value of between £0 and £500,000.

All tender documents are available in the attachments section on the tender advert on the South West Portal available using the link below:

www.supplyingthesouthwest.org.uk
Reference: DN227228.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Implementation Plan / Weighting: 5%
            Quality criterion - Name: Training & Support / Weighting: 4%
            Quality criterion - Name: Applications or Hardware / Weighting: 2%
            Quality criterion - Name: Entry Control / Weighting: 1%
            Quality criterion - Name: Reports / Weighting: 3%
            Quality criterion - Name: Administration / Weighting: 3%
            Quality criterion - Name: System Environment / Weighting: 2%
            Quality criterion - Name: Support / Weighting: 4%
            Quality criterion - Name: Entry Control / Weighting: 1%
            Quality criterion - Name: Event Handling / Weighting: 1%
            Quality criterion - Name: Downtime / Weighting: 1%
            Quality criterion - Name: Future Developments / Weighting: 3%
            Quality criterion - Name: System Operation / Weighting: 10%
                        
            Cost criterion - Name: Core library price / Weighting: 50%
            Cost criterion - Name: Future Call-off set pricing / Weighting: 10%
                              
      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:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Option to extend for a further 12 months subject to satisfactory contract performance and budget availability.
      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: Not provided       


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:          
      All criteria that are stated within the tender documents to become the preferred bidder    
      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.2.2) Contract performance conditions       
      N/A          
      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    
         Framework agreement with a single operator       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         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: 12/01/2017 Time: 12:00
            
      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:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 12/01/2017
         Time: 14:00
         Place:
         Swindon Borough Council Offices, Euclid Street
      

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=229306665
   VI.4) Procedures for review
   VI.4.1) Review body:
             Swindon Borough Council
       Euclid Street, Swindon, SN2 2JH, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Swindon Borough Council
          Swindon, United Kingdom
   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:
          Swindon Borough Council
       Euclid Street, Swindon, SN2 2JH, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 02/12/2016

Annex A


View any Notice Addenda

View Award Notice

UK-Swindon: Library automation equipment.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Swindon Borough Council, UK
       Civic Offices, Euclid Street, Swindon, SN1 2JH, United Kingdom
       Tel. +44 7930618511, Email: jcatton@swindon.gov.uk
       Contact: Jim Catton
       Main Address: www.swindon.gov.uk
       NUTS Code: UKK14

   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:
      Recreation, culture and religion

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Swindon Borough Council Core Library Service – Extended Opening            
      Reference number: DN227228

      II.1.2) Main CPV code:
         30238000 - Library automation equipment.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: Swindon Borough Council currently has 15 static and 1 mobile library. Subject to the outcome of Cabinet paper being discussed on 7 Dec 2016, the number of libraries and staffed hours could potentially be reduced to a core library service.

SBC is looking at ways to enhance the core service by extending opening beyond staffed hours by using technology that will enable a library to stay open unstaffed for permitted users to obtain services they require as if the library was staffed.

The framework may cover any libraries in Swindon borough. It is anticipated that libraries will need the same technology therefore the contract will need to include potential future purchases.

      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):
            30238000 - Library automation equipment.


      II.2.3) Place of performance
      Nuts code:
      UKK14 - Swindon
   
      Main site or place of performance:
      Swindon
             

      II.2.4) Description of the procurement: Swindon Borough Council is looking at ways to enhance the core library service by extending opening hours beyond staffed hours by the use of technology that will enable a library to stay open unstaffed and for permitted users to be able to obtain the services they require as if the library was staffed.

In addition, the framework may cover any of the libraries in the borough of Swindon.

It is anticipated that libraries will need the same technology, therefore, the contract will need to include flexibility for potential future purchases.

The initial framework period is for 36 months commencing 15 May 2017 with the option to extend for a further 12 months subject to satisfactory contract performance and budget availability.

The contract will be set up as a framework agreement with a total value of between £0 and £500,000.

      II.2.5) Award criteria:
      Quality criterion - Name: Implementation Plan / Weighting: 5%
      Quality criterion - Name: Training & Support / Weighting: 4%
      Quality criterion - Name: Applications or Hardware / Weighting: 2%
      Quality criterion - Name: Entry Control / Weighting: 1%
      Quality criterion - Name: Reports / Weighting: 3%
      Quality criterion - Name: Administration / Weighting: 3%
      Quality criterion - Name: System Environment / Weighting: 2%
      Quality criterion - Name: Support / Weighting: 4%
      Quality criterion - Name: Entry Control / Weighting: 1%
      Quality criterion - Name: Event Handling / Weighting: 1%
      Quality criterion - Name: Downtime / Weighting: 1%
      Quality criterion - Name: Future Developments / Weighting: 3%
      Quality criterion - Name: System Operation / Weighting: 10%
                  
      Cost criterion - Name: Core library price / Weighting: 50%
      Cost criterion - Name: Future Call-off set pricing / Weighting: 10%
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:Option to extend for a further 12 months subject to satisfactory contract performance and budget availability.

      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: Not Provided


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: 2016/S 235-428093
      
   

   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: 15/05/2017

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 0

      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 Limited
             Nottingham One, 120 Canal Street, Nottingham, NG1 7HG, United Kingdom
             Tel. +44 1159008000, Email: marketing@axiell.co.uk
             Internet address: http://www.axiell.co.uk
             NUTS Code: UKF14
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000          
         Total value of the contract/lot: 500,000
         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=265911068

   VI.4) Procedures for review

      VI.4.1) Review body
          Swindon Borough Council
          Euclid Street, Swindon, SN2 2JH, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Swindon Borough Council
          Swindon, United Kingdom

      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
          Swindon Borough Council
          Euclid Street, Swindon, SN2 2JH, United Kingdom

   VI.5) Date of dispatch of this notice: 30/06/2017