Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Trafford Council
4th Floor, Waterside House, Waterside Plaza
Sale
M33 7ZF
UK
Contact person: Mr Philip Stephens
Telephone: +44 1619121616
E-mail: philip.stephens@star-procurement.gov.uk
NUTS: UKD
Internet address(es)
Main address: http://www.trafford.gov.uk/
Address of the buyer profile: http://www.trafford.gov.uk/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework Agreement For provision of a Library Management System
Reference number: DN751430
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.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.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 980 000.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKD
II.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
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 65
Price
/ Weighting:
35
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-036440
Section V: Award of contract
Contract No: 1
Title: Framework Agreement For provision of a Library Management System
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/03/2025
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from 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
V.2.3) Name and address of the contractor
Civica UK Ltd
South Bank Central 30 Stamford Street
London
SE1 SLQ
UK
E-mail: philip.stephens@star-procurement.gov.uk
NUTS: UKD
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 962 088.64
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Star Procurement
Manchester
UK
VI.5) Date of dispatch of this notice
15/04/2025