Section one: Contracting authority
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
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
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.
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: £99,001
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKC11 - Hartlepool and Stockton-on-Tees
two.2.4) Description of the procurement
The Library Management System (LMS) is a core part of the administration of the public library service and the aim of this tender is to secure a solution that can work across multiple library sites to:
1. Securely store details of all stock held by Hartlepool Borough Council Libraries.
2. Securely store details of all public library borrowers.
3. Provide a searchable library catalogue for the public and library staff to locate and reserve items.
4. Provide direct access to online resources such as e-books and e-audio books from the online catalogue.
5. Record all transactions including items issued, returned and reserved.
6. Provide full circulation control functionality including Inter Library Loans.
7. Allow stock to be issued and returned via existing RFID self-service technology or future alternative.
8. Incorporate full EDI capable ordering and invoicing acquisitions functionality.
9. Incorporate Cataloguing and Indexing Modules.
10. Incorporate Housebound and Mobile Services Modules.
11. Provide detailed Management information and reporting tools including standard reports and ability to link to tools that provide detailed Management Information, including, but not limited to MS Power BI.
12. Supplier to provide support and maintenance to include response and resolution within a specified timescale and in accordance with an agreed Service Level Agreement.
13. Supplier to provide training for library staff.
14. System to be cloud based and work on Microsoft Windows 10 and subsequent versions devices running Microsoft Edge and Google Chrome browsers.
15. System to be able to integrate with existing council and library systems including (but not limited to):
i. Integra Financial Management System
ii. BDS metadata import
iii. NetLoans computer booking and print management systems
iv. Bibliotheca self-service RFID via SIP2 or web services.
v. Bolinda BorrowBox ebook and e-audio service (or alternative if required).
vi. Firmstep
16. There will also be a requirement to migrate existing data from the current 'Capita Alto' LMS in to the new LMS.
Full details are provided in the Specification and other Tender documents available via the ProContract e-tendering portal
https://procontract.due-north.com
two.2.5) Award criteria
Quality criterion - Name: As per tender documents / Weighting: 70%
Cost criterion - Name: As per tender documents / Weighting: 30%
two.2.11) Information about options
Options: Yes
Description of options
Initial Contract is for 5 years with the potential for 2 further 12 month extension periods subject to budget and supplier performance.
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-017666
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 November 2021
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Civica UK Limited
London
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £99,001
Total value of the contract/lot: £99,001
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Courts of England & Wales
London
Country
United Kingdom