CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Oxfordshire County Council |
County Hall, New Road |
Oxford |
OX1 1ND |
UK |
Martin Hall |
+44 1865792422 |
martin.hall@oxfordshire.gov.uk |
|
http://www.oxfordshire.gov.uk
http://www.businessportal.southeastiep.gov.uk
http://www.businessportal.southeastiep.gov.uk
http://www.businessportal.southeastiep.gov.uk
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityLibraries Management System CPU1825. |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract7 |
II.1.2)
|
Main site or location of works, place of delivery or performance
UKJ14 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
The Council seeks a replacement Libraries Management System (LMS) which incorporates the following attributes:
— The new LMS will underpin all aspects of the book lending and Audio/Visual (AV) hire service: from ordering, receipting and invoicing, through cataloguing and stock management, to all aspects of the lending operation, including financial transactions.
— The LMS will offer a public-facing mobile and web interface for customers to join the library, view the catalogue and reserve and renew items in their accounts.
— The LMS will need to interface with Bibliotheca's SmartServe kiosks and their Open+™ solution, the Solus app and provide authentication for eBook and eAudio services. It will also need to provide data extracts for Collection HQ.
— The LMS must provide an interface to a booking system for Public Access PCs and a hosted central printing service.
— The system must have the capability to offer different levels of access for users, and interface with the Council's systems.
— The LMS is expected to be hosted by the successful supplier.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
48000000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe intention is for the Council to award a 5.5 year contract to commence 18.9.2017, with the option for a maximum extension in aggregate of 3 years with each extension to be a minimum of at least 1 year. |
|
480 000600 000 GBP |
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion66 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
As per tender documentation.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
As per tender documentation.
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
As per the Tender documentation.
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
As per the tender documentation.
|
III.2.2)
|
Economic and financial capacity
Information and formalities necessary for evaluating if the requirements are met, as per the tender documentation.
As per the tender documentation.
|
III.2.3)
|
Technical capacity
As per the tender documentation.
As per the tender documentation.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? No |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
CPU1825
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
2016/S 207-375072 26-10-2016
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 26-05-2017
11:00
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 26-05-2017
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Oxfordshire County Council |
County Hall, New Road |
Oxford |
OX1 1ND |
UK |
|
|
http://www.oxfordshire.gov.uk |
|
|
|
Body responsible for mediation procedures
Oxfordshire County Council |
County Hall, New Road |
Oxford |
OX1 1ND |
UK |
|
|
http://www.oxfordshire.gov.uk |
|
|
VI.4.2)
|
Lodging of appeals
Oxfordshire County Council will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
Oxfordshire County Council |
|
|
|
UK |
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 05-04-2017 |