Award

Library Management System

HARTLEPOOL BOROUGH COUNCIL

This public procurement record has 3 releases in its history.

Award

07 Dec 2021 at 12:56

TenderUpdate

05 Aug 2021 at 12:41

Tender

26 Jul 2021 at 13:52

Summary of the contracting process

The procurement process for a Library Management System was initiated by Hartlepool Borough Council, with the aim of securing a proven, off-the-shelf solution for their public library service. This procurement falls under the goods category and is classified as a library management system (CPV code: 48161000). The tender was open as of 26th July 2021, with the deadline for submissions set on 27th August 2021. The chosen solution is expected to be cloud-based, integrate with existing systems, and support the operation of multiple library sites in Hartlepool, located in the UKC11 region.

This tender presents valuable opportunities for software companies, particularly those specialising in library management systems and related IT solutions. Businesses with experience in providing off-the-shelf library systems, especially those that can demonstrate proven implementations with a user base of at least three local authorities or further education institutions, would be well-suited to compete. The contract is anticipated to span five years, with potential extensions, offering a stable revenue opportunity for successful bidders.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Library Management System

Notice 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.

Lot Information

Lot 1

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

Options: Initial Contract is for 5 years with the potential for 2 further 12 month extension periods subject to budget and supplier performance.

Renewal: Suppliers should note that the Authority requires the contract be awarded on a non-exclusive basis giving a right to the Authority to use the Software in perpetuity, in the version last supported under maintenance services as procured by the Authority and delivered by the Provider. It is anticipated that software upgrades and technical support will be supplied by the Provider under an annual maintenance agreement Suppliers will be required to confirm that services will be provided in accordance with the contract terms and conditions. It is anticipated that the contract will commence on award followed by an implementation period to enable the fully functional system to go LIVE by 10th March 2022. Subject to performance and funding the contract will be initially for 5 years with the potential for further 2 x 12 month extensions.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02cc70
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/030354-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems


CPV Codes

48161000 - Library management system

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£99,001 Under £100K

Notice Dates

Publication Date
7 Dec 20214 years ago
Submission Deadline
27 Aug 2021Expired
Future Notice Date
Not specified
Award Date
9 Nov 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
HARTLEPOOL BOROUGH COUNCIL
Contact Name
Ursula Larkin
Contact Email
ursula.larkin@hartlepool.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
HARTLEPOOL
Postcode
TS24 8AY
Post Town
Cleveland
Country
England

Major Region (ITL 1)
TLC North East (England)
Basic Region (ITL 2)
TLC3 Tees Valley
Small Region (ITL 3)
TLC31 Hartlepool and Stockton-on-Tees
Delivery Location
TLC11 Hartlepool and Stockton-on-Tees

Local Authority
Hartlepool
Electoral Ward
Victoria
Westminster Constituency
Hartlepool

Supplier Information

Number of Suppliers
1
Supplier Name

CIVICA

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02cc70-2021-12-07T12:56:03Z",
    "date": "2021-12-07T12:56:03Z",
    "ocid": "ocds-h6vhtk-02cc70",
    "initiationType": "tender",
    "tender": {
        "id": "DN558935",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Library Management System",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "48161000",
            "description": "Library management system"
        },
        "mainProcurementCategory": "goods",
        "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.",
        "lots": [
            {
                "id": "1",
                "description": "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",
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Suppliers should note that the Authority requires the contract be awarded on a non-exclusive basis giving a right to the Authority to use the Software in perpetuity, in the version last supported under maintenance services as procured by the Authority and delivered by the Provider. It is anticipated that software upgrades and technical support will be supplied by the Provider under an annual maintenance agreement Suppliers will be required to confirm that services will be provided in accordance with the contract terms and conditions. It is anticipated that the contract will commence on award followed by an implementation period to enable the fully functional system to go LIVE by 10th March 2022. Subject to performance and funding the contract will be initially for 5 years with the potential for further 2 x 12 month extensions."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Initial Contract is for 5 years with the potential for 2 further 12 month extension periods subject to budget and supplier performance."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "As per tender documents",
                            "type": "quality",
                            "description": "70%"
                        },
                        {
                            "name": "As per tender documents",
                            "type": "cost",
                            "description": "30%"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKC11"
                    },
                    {
                        "region": "UKC11"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-08-27T14:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2021-08-27T14:05:00+01:00"
        },
        "bidOpening": {
            "date": "2021-08-27T14:05:00+01:00"
        },
        "hasRecurrence": true,
        "amendments": [
            {
                "id": "1",
                "description": "In Section II.1.4) Short Description, Section II.2.7 Description of Renewals and Section II.2.11 Description of Options. The following sentence in these sections:- 'Suppliers should note that the Authority requires the contract to be awarded on a non-exclusive basis giving a right to the Authority to use the Software in perpetuity, in the version last supported under maintenance services as procured by the Authority and delivered by the Provider.' Should read as follows.....' The Authority is open minded about the solution being offered anything from Cloud based solutions to locally installed software would be considered. If a locally installed software solution is offered then Suppliers should note that the Authority requires the contract to be awarded on a non-exclusive basis giving a right to the Authority to use the Software in perpetuity, in the version last supported under maintenance services as procured by the Authority and delivered by the Provider.' The remainder of the sections are unchanged."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-1054",
            "name": "Hartlepool Borough Council",
            "identifier": {
                "legalName": "Hartlepool Borough Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Victoria Road",
                "locality": "HARTLEPOOL",
                "region": "UKC11",
                "postalCode": "TS248AY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Ursula Larkin",
                "email": "ursula.larkin@hartlepool.gov.uk",
                "url": "https://procontract.due-north.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.hartlepool.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-23452",
            "name": "High Courts of England & Wales",
            "identifier": {
                "legalName": "High Courts of England & Wales"
            },
            "address": {
                "streetAddress": "7 Rolls Buildings, Fetter Lane",
                "locality": "London",
                "postalCode": "EC4A1NL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-18164",
            "name": "Civica UK Limited",
            "identifier": {
                "legalName": "Civica UK Limited"
            },
            "address": {
                "locality": "London",
                "region": "UKI",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-19982",
            "name": "High Courts of England & Wales",
            "identifier": {
                "legalName": "High Courts of England & Wales"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1054",
        "name": "Hartlepool Borough Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "030354-2021-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-18164",
                    "name": "Civica UK Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "030354-2021-1",
            "awardID": "030354-2021-1",
            "status": "active",
            "value": {
                "amount": 99001,
                "currency": "GBP"
            },
            "dateSigned": "2021-11-09T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 5
            }
        ]
    }
}