Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
ESPO
Barnsdale Way, Grove Park, Enderby
LEICESTER
LE19 1ES
UK
Contact person: Food, Communities and Technology Procurement Team
E-mail: tenders@espo.org
NUTS: UKF22
Internet address(es)
Main address: https://www.espo.org/
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Other: Local Authority Services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
350_23 Library Hardware Solutions
Reference number: 350_23
II.1.2) Main CPV code
39155100
II.1.3) Type of contract
Supplies
II.1.4) Short description
ESPO is seeking to renew its framework agreement for Library Hardware Solutions. This includes the provision of library RFID equipment and out of hours library technology. Suppliers shall also be able to offer a full range of associated services including installation and multi-year support and maintenance packages.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
10 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - Library RFID Solutions
II.2.2) Additional CPV code(s)
30238000
48160000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot requires suppliers to provide a comprehensive range of library RFID hardware, installation services, supporting software, support and, maintenance packages, and relevant training. Includes any additional services to help to deliver an efficient library solution.
II.2.5) Award criteria
Quality criterion: Non-Price
/ Weighting: 50
Price
/ Weighting:
50
II.2.11) Information about options
Options:
Yes
Description of options:
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.7 includes the option period.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Lot 2 - Out of Hours Library Technology
II.2.2) Additional CPV code(s)
30238000
48160000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot requires suppliers to provide a comprehensive range of out of hours library technology to enable the general public to access libraries during non-core hours. Including all associated hardware, software, support and maintenance, training, and any additional services to help to deliver an efficient library solution.
II.2.5) Award criteria
Quality criterion: Non-Price
/ Weighting: 50
Price
/ Weighting:
50
II.2.11) Information about options
Options:
Yes
Description of options:
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.7 includes the option period.
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:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-025065
Section V: Award of contract
Lot No: 1
Title: Lot 1 - Library RFID Solutions Lot No
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
19/01/2024
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Bibliotheca Limited
02983151
Landmark House, Station Road, Cheadle Hulme, Stockport, SK8 7BS
UK
NUTS: UKD3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
D-Tech International Limited
04436097
Building 136, Betwaters Parks, Rendlesham, Woodbridge, Suffolk, IP12 2TW
UK
NUTS: UKH1
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Good With Devices Ltd (GWD)
04697344
178 Shoreham Street, Sheffield, South Yorkshire, S1 4SQ
UK
NUTS: UKE3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Lyngsoe Systems Limited
05005987
Unit 2 Long Bennington Business Park, Main Street, Long Bennington, Lincolnshire, NG23 5JR
UK
NUTS: UKF3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
SB Electronic Systems Limited
00920069
Arden House, 7 Arden Grove, Harpenden, Hertfordshire, AL5 4SL
UK
NUTS: UKH2
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 5 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Lot 2 - Out of Hours Library Technology
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
19/01/2024
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Bibliotheca Limited
02983151
Landmark House, Station Road, Cheadle Hulme, Stockport, SK8 7BS
UK
NUTS: UKD3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Lyngsoe Systems Limited
05005987
Unit 2 Long Bennington Business Park, Main Street, Long Bennington, Lincolnshire, NG23 5JR
UK
NUTS: UKF3
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Nexbib Solutions Ltd
13438377
20-22 Wenlock Road, London, N1 7GU
UK
NUTS: UKI4
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 5 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal.
ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.
Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders information only.
An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
VI.4) Procedures for review
VI.4.1) Review body
The Royal Court of Justice
The Strand
LONDON
WC2A 2LL
UK
Internet address(es)
URL: https://www.justice.gov.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Information on deadlines(s) for review procedures can be found in Part 3, Chapter 6 of the Public Contracts Regulations 2015.
VI.5) Date of dispatch of this notice
22/02/2024