Section one: Contracting authority/entity
one.1) Name and addresses
Hartlepool Borough Council
Civic Centre, Victoria Road
HARTLEPOOL
TS248AY
Contact
Ursula Larkin
ursula.larkin@hartlepool.gov.uk
Country
United Kingdom
NUTS code
UKC11 - Hartlepool and Stockton-on-Tees
Internet address(es)
Main address
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Library Management System
Reference number
DN558935
two.1.2) Main CPV code
- 48161000 - Library management system
two.1.3) Type of contract
Supplies
two.1.4) Short description
Hartlepool Borough Council invite tenders from appropriately qualified and experienced organisations with the capacity to provide a proven tried and tested off the shelf- system for their Library Management System. Bidders must have an off-the-shelf Library Management System which meets the Mandatory requirements of this tender and has been tried, tested and been fully operational for at least 12 months by at least 1 organisation apart from itself. Proposed solutions must have a minimum user base of preferably 3 local authorities or colleges of Further Education. Tenders will not be entertained from bidders unable to provide this evidence of an established working solution at comparative sites. The full requirements will be given within the tender documentation. Organisations wishing to register an interest and download tender documents, should apply via the ProContract e-tendering portal https://procontract.due-north.com Registration is Free of Charge The tender will be available to access after 15:00 on Monday 26th July 2021 All completed tender documentation must also be returned via the ProContract e-tendering portal only and by no later than 14:00 hours on Friday 27th August 2021. (Postal and e-mailed submissions will not be accepted.) Suppliers should note that the Authority requires the contract be awarded on a non-exclusive basis giving a right to the Authority to use the Software in perpetuity, in the version last supported under maintenance services as procured by the Authority and delivered by the Provider. It is anticipated that software upgrades and technical support will be supplied by the Provider under an annual maintenance agreement Suppliers will be required to confirm that services will be provided in accordance with the contract terms and conditions. It is anticipated that the contract will commence on award followed by an implementation period to enable the fully functional system to go LIVE by 10th March 2022. Subject to performance and funding the contract will be initially for 5 years with the potential for further 2 x 12 month extensions.
Section six. Complementary information
six.6) Original notice reference
Notice number: 2021/S 000-017666
Section seven. Changes
seven.1) Information to be changed or added
seven.2) Other additional information
In Section II.1.4) Short Description, Section II.2.7 Description of Renewals and Section II.2.11 Description of Options.
The following sentence in these sections:- 'Suppliers should note that the Authority requires the contract to be awarded on a non-exclusive basis giving a right to the Authority to use the Software in perpetuity, in the version last supported under maintenance services as procured by the Authority and delivered by the Provider.'
Should read as follows.....' The Authority is open minded about the solution being offered anything from Cloud based solutions to locally installed software would be considered. If a locally installed software solution is offered then Suppliers should note that the Authority requires the contract to be awarded on a non-exclusive basis giving a right to the Authority to use the Software in perpetuity, in the version last supported under maintenance services as procured by the Authority and delivered by the Provider.'
The remainder of the sections are unchanged.