Tender

TLC Library Management System, Library App and Library Services Platform

  • London Borough of Sutton

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-040745

Procurement identifier (OCID): ocds-h6vhtk-052303 (view related notices)

Published 16 July 2025, 3:48pm

Last edited 17 July 2025, 9:55am

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

The closing date for clarifications has been amended to 4 August 2025 at 4pm.

The deadline for submission has been amended to 11 August 2025 at 12 noon

Scope

Reference

DN782709

Description

The procurement is being carried by the London Borough of Sutton on behalf of The Library Consortium (TLC).

TLC, was originally formed of three authorities in 2004 who came together to share resources and contracts to get the best value for money for customers and their authorities.

TLC is a consortium of member authorities. It is not a legal entity. Each member authority takes responsibility for contractual arrangements with Suppliers and providers. TLC members become party to the Consortium's Framework(s) and can order (or 'call-off') the goods, works or services covered by the relevant Framework(s). Framework agreements are set up by public sector bodies with Suppliers to provide goods, works or services according to certain requirements - e.g. price, quality and quantity. For TLC, the Framework is arranged centrally by the London Borough of Sutton for use across the Consortium. At the core of the Consortium is the Library Management System, but the Consortium also procures contracts jointly for stock, transport and digital resources, including eBooks.

With 23 local authority members, TLC is one of the largest public library consortia in England, consisting of:

> 8.2 million residents

> 7.3 million items

> 318 libraries

The Authority is looking to put in place a framework with a single supplier for a period of 6 years.

The requirements include:

> Library Management System (LMS) staff functionality - Ease of use, logical

LMS system functionality:

(1) Allows full functionality/interoperability of systems and stock sharing throughout TLC but enables local autonomy (for example: local fees/charges setting) and local authority branding.

(2) A dynamic set of processes that allow full stock sharing and reserving of physical items giving customers an efficient and seamless journey regardless of their main library service provider.

System integrations:

to work seamlessly with any third party provision required by TLC members (e.g. eStock. Self Access)

Library App

fully functional and innovative Library app which can be customised and branded at a local level

Library Service Platform (Discovery);

(1) Innovative "one-stop" digital platform for customers

(2) Customisable for each TLC member

(3) Satisfies the needs of customers with streamlined access to all library functions and services (events, payments, catalogue searching, account management, etc.)

Analytics:

A completely flexible analytics interface enabling authorities to create and interrogate any facet(s) of library data they choose

Vision:

TLC has a constant desire to innovate and push the boundaries of public library provision. All products will need to be continually developed in order to remain relevant and innovative to provide the best outcomes for customers and local authorities

Value for money:

Value for money and income generation opportunities remain essential.

Commercial tool

Establishes a framework

Total value (estimated)

  • £11,000,000 excluding VAT
  • £13,200,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2027 to 31 March 2033
  • 6 years

Main procurement category

Services

CPV classifications

  • 30238000 - Library automation equipment
  • 48160000 - Library software package
  • 72212160 - Library software development services
  • 92511000 - Library services

Contract locations

  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

Framework

Maximum number of suppliers

1

Maximum percentage fee charged to suppliers

0%

Justification for framework term over 4 years

The TLC has a proven track record of collaborating with suppliers to enhance its LMS solution and improve customer services.

Implementing a new LMS, developing services with suppliers, and realizing the full benefits of investment-including future customer improvements-is a time-consuming process. A four-year framework restricts the potential for all parties within the TLC, including suppliers and customers, to develop and fully achieve the intended service enhancements.

Furthermore, service improvements within the framework require compatibility and interoperability between different technologies as new opportunities arise. All parties involved in the framework need sufficient time to ensure a return on their financial and other resource investments.

A shorter framework term would also risk disruption to statutory library provision due to the scale and complexity of implementation and transfer of services.

Framework operation description

The framework is a single supplier framework. The pricing mechanism will be discussed in the dialogue sessions and the final prices submitted as part of the bids submitted in Stage 3 of the tender process.

Award method when using the framework

Without competition

Contracting authorities that may use the framework

The Authority wishes to establish a framework for the use of

all the members of The Library Consortium and other local authorities and future successors to these organisations.

The current members of the TLC can be found using this link https://thelibrariesconsortium.org.uk/

Local authorities, in addition to the current members of the TLC, who can use the framework (with the agreement of the TLC Board) include;

• Metropolitan districts

• London boroughs plus the City of London

• Unitary authorities plus the Isles of Scilly

• County councils

• District councils

A list of all the local authorities in the categories above can be found as a pdf attachment in the Documents section of this notice and also within the tender pack


Participation

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

4 August 2025, 4:00pm

Submission type

Requests to participate

Deadline for requests to participate

11 August 2025, 12:00pm

Submission address and any special instructions

Tender documents can be found on the London Tender Portal www.londontenders.org.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

16 March 2026


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Quality

Quality is 60% - broken down as follows:

Technical Specification 20% (of 60%)

User Experience 30% (of 60%)

Implementation and Go Live 20% (of 60%)

Vision 30% (of 60%)

Quality 60%
Price

Price 40%

The weighting for price will not change but the price schedule and the elements contained in the price schedule will be discussed during dialogue. This will include the price banding and the...

Price 40%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

The Authority is conducting this procurement using the Competitive Flexible Procedure in accordance with the requirements of The Procurement Act 2023 (section 20(4)).

The key stages of the procurement are:

Participation Stage (Stage 1)

Dialogue Stage (Stage 2)

Tender Stage (Stage 3)

The award criteria is set out in the tender documents. Quality 60% and Price 40%

Quality:

Technical Specification 20%

User Experience 30%

Implementation and Go Live 20%

Vision 30%

Price:

The weighting for price will not change but the price schedule and the elements contained in the price schedule will be discussed during dialogue. This will include the price banding and the discounts relating to the number of consortium members or other public bodies joining the framework.

Justification for not publishing a preliminary market engagement notice

The market engagement was carried out prior to the Procurement Act 2023 coming into force. Summary notes on the market engagement are provided in the tender pack.


Documents

Associated tender documents

https://www.londontenders.org/

List of councils in England.pdf

Documents to be provided after the tender notice

Additional tender documents, including a suggested price schedule, will be provided prior to the dialogue sessions. Other documents may be required depending on the progression of the dialogue stage.


Contracting authority

London Borough of Sutton

  • Public Procurement Organisation Number: PJMC-1445-VCVG

Civic Offices, St Nicholas Way

Sutton

SM1 1EA

United Kingdom

Region: UKI63 - Merton, Kingston upon Thames and Sutton

Organisation type: Public authority - sub-central government