Section one: Contracting authority
one.1) Name and addresses
Warwickshire County Council
Shire Hall,Market Square
WARWICK
CV344RL
procurement@warwickshire.gov.uk
Country
United Kingdom
Region code
UKG13 - Warwickshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.warwickshire.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/csw-jets/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/csw-jets/aspx/Home
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
WCC - Library Management System.
Reference number
WCC 17969
two.1.2) Main CPV code
- 48161000 - Library management system
two.1.3) Type of contract
Supplies
two.1.4) Short description
Warwickshire County Council (WCC) Library and Information Services are seeking to procure a replacement Library Management System, Open Public Access Catalogue and Library App (Library Management Software).
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48161000 - Library management system
two.2.3) Place of performance
NUTS codes
- UKG13 - Warwickshire
two.2.4) Description of the procurement
Warwickshire County Council (WCC) Library and Information Services are seeking to procure a replacement Library Management System, Open Public Access Catalogue and Library App (Library Management Software). The awarded contract will be for software for the use primarily by Libraries and Information Service (Library Service). The Library Service operates over 18 locations, with a Home Library Service, Schools Library Service, 3 mobile libraries and 12 Community Managed Libraries. Any proposed solution must allow for each location to access and use the solution. The Council reserves the right to reduce or add to the number of locations during the contract term. Proposed solutions must have the ability to increase the number of locations if required during the contract term.
The Council wishes to move to a cloud / Tenderer hosted solution and so the Council will not accept and will deem non-compliant, any submissions that require the Council to host software on its own infrastructure.
Contract Duration - The service will be required for an initial contract term of 3 years however, WCC reserves the right to extend the contract by further periods not exceeding 84 months, 84 months being the maximum available extension period. The extension period(s) are at the Council's discretion.
Contract duration (initial period) - 02/04/2024 - 01/04/2027, & (including extensions) 02/04/2024 - 01/04/2034, if deemed required.
The initial contract spend is estimated to have a value of circa £225,000.00, over a three year contract duration.
The total contract spend (including all extension periods) is circa £840,000.00 over a maximum ten years contract duration, This is to enable maximum flexibility/adaptability throughout the duration of the contract.
Warwickshire County Council will be using its e-tendering system (In-Tend) for the administration of this procurement process and providers must register with the system to be able to express an interest. The web address is: https://intendhost.co.uk/csw-jets/aspx/Home
Registration and use of In-Tend is free. Once registered, all correspondence for this procurement process must be via the in-tend correspondence function. However, if you are unable to register with the website please email us at procurement@warwickshire.gov.uk.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
This contract (including extensions) is anticipated to expire on 01/04/2034 however please note this may be reprocured sooner (see description above).
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The service will be required for an initial contract term of 3 years however, WCC reserves the right to extend the contract by further periods not exceeding 84 months, 84 months being the maximum available extension period. The extension period(s) are at the Council's discretion subject to the Provider's satisfactory performance. The maximum term of this contract is 10 Years.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 February 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
19 February 2024
Local time
12:05pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
The Royal Court of Justice
London
Country
United Kingdom