Section one: Contracting authority
one.1) Name and addresses
Trafford Council
4th Floor, Waterside House, Waterside Plaza
Sale
M33 7ZF
Contact
Mr Philip Stephens
philip.stephens@star-procurement.gov.uk
Telephone
+44 1619121616
Country
United Kingdom
Region code
UKD - North West (England)
Internet address(es)
Main address
Buyer's address
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
Framework Agreement For provision of a Library Management System
Reference number
DN751430
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
Greater Manchester Library Management Systems -
4-year contract with options to extend for a further 2 years on an annual basis.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,980,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
This procurement is for a shared Library Management System that will be used by a number of authorities across Greater Manchester to both underpin library services locally and enhance collaboration across the city region. The specification and requirements set out what is needed.
Greater Manchester Libraries is made up of the 10 Greater Manchester Local Authorities (Bolton, Bury, Manchester, Oldham, Rochdale, Salford, Stockport, Tameside, Trafford and Wigan) and 2 associate Local Authorities (Blackburn with Darwen and Blackpool). 11 of these 12 authorities (not Blackpool) already form the GM Libraries LMS Consortium.
Each authority operates its library service independently, however there are a number of consortium specific functions and shared policies. The requirements in section 4 clearly state which relate to individual authorities and which are consortium wide.
The requirements cover all aspects of a Library Management System and are separated into Mandatory and Desirable which are detailed below and will be assessed as follows –
• Mandatory requirements (4.1) – assessed via Questions in the Tender Response Document
• Desirable requirements (4.2) – assessed via Question 1c in the Tender Response Document
The mandatory and desirable requirements are further divided into 11 sub sections that cover different aspects of system functionality –
• Acquisitions (4.1.1)
• Cataloguing (4.1.2 and 4.2.1)
• Circulation (4.1.3 and 4.2.2)
• Collections Management System (Archives) (4.1.4 and 4.2.3)
• Consortium Functionality (4.1.5 and 4.2.4)
• Customer Use (4.1.6 and 4.2.5)
• Customer Use - App (4.1.7 and 4.2.6)
• Data Migration (4.1.8)
• Event Management (4.2.7)
• OPAC Administration (4.1.9 and 4.2.8)
• Reporting (4.1.10 and 4.2.9)
• Technical (4.1.11 and 4.2.10)
• Training (4.1.12
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 65
Price - Weighting: 35
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-036440
Section five. Award of contract
Contract No
1
Title
Framework Agreement For provision of a Library Management System
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
10 March 2025
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
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: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Civica UK Ltd
South Bank Central 30 Stamford Street
London
SE1 SLQ
philip.stephens@star-procurement.gov.uk
Country
United Kingdom
NUTS code
- UKD - North West (England)
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £962,088.64
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Star Procurement
Manchester
Country
United Kingdom