By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Library Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Lincolnshire County Council
Orchard House, Orchard Street
Contact point(s): Commercial Services Team
For the attention of: Fiona Fielding
LN1 1BA Lincoln
UNITED KINGDOM
Telephone: +44 1522553649
E-mail:

Internet address(es):

General address of the contracting authority: www.lincolnshire.gov.uk

Electronic access to information: https://www.delta-esourcing.com/respond/V698BR4EN8

Electronic submission of tenders and requests to participate: https://www.delta-esourcing.com/respond/V698BR4EN8

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Library Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services

NUTS code UKF3

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Library services. Library management services. Library, archives, museums and other cultural services. Library and archive services. Archive services. Library management system. The council is seeking a Service Provider to provide the operation of the Library Services both under the Council's statutory duty under section 7 of the Public Libraries and Museums Act 1964 and it's non-statutory provision.
A more detailed specification of the contract scope will be provided with the Pre-Qualification Questionnaire and Tender documentation. The Council has considered key commercial elements of the new contract and the description below is only intended to provide a broad indication of the contract requirements.
- Provision of the Council's statutory service consisting of a website and virtual catalogue, 15 static libraries, and targeted provision for individuals who are unable to access a static library within 30 minutes by public transport meeting minimum requirements as to service offering;
- Provision of specified support to community-run hubs offering library services;
- Offering by the Service Provider of enhancements to existing provision or support to community hubs meeting priorities set by the Council;
- Provision of mobile library services to communities meeting specified criteria.
The Council may also wish to explore with the successful Service Provider the inclusion of Library IT Services (Systems, Support & Maintenance and provision of End-User Computing) and soft total facilities management of the Library Buildings.
In addition the Council may subsequently seek to invite the successful Service Provider to extend the scope of the contract during the contract term to include the management and operation of the whole or any part of its Heritage and Archive Services subject to lawfulness, relevant due diligence and best value considerations. For the avoidance of doubt, the Council has not made any decision that would permit Heritage and Archive Services to be included in the contract. Before this could happen consultation would be required with relevant stakeholders and a Council decision would be required. Any future addition of any Archive and Heritage Services would be voluntary on both sides i.e. the Council would have no obligation to call for those services and the Service Provider would have no obligation to provide them.

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/V698BR4EN8

If you experience any technical difficulties from accessing the above URL, then please contact the Delta eSourcing Helpdesk on call +44 8452707050 or email .

II.1.6)Common procurement vocabulary (CPV)

92511000, 79995000, 92500000, 92510000, 92512000, 48161000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
This is a notice for social and specific services in accordance with Directive 2014/24/EU Article 74. Library Services
The council is seeking a Service Provider to provide the operation of the Library services both under the Council's statutory duty under section 7 of the Public Libraries and Museums Act 1964 and its non-statutory provision.
A full A more detailed specification of the contract scope will be provided with the Pre-Qualification Questionnaire and Tender documentation. The Council has considered key commercial elements of the new contract and the description below is only intended to provide a broad indication of the contract requirements.
- Provision of the Council's statutory service consisting of a website and virtual catalogue, 15 static libraries, and targeted provision for individuals who are unable to access a static library within 30 minutes by public transport meeting minimum requirements as to service offering;
- Provision of specified support to up to 40 community-run hubs offering library services;
- Offering by the Service Provider of enhancements to existing provision or support to community hubs meeting priorities set by the Council;
- Provision of mobile library services to communities meeting specified criteria.
The Council may also wish to explore with the successful Service Provider the inclusion of Library IT Services (Systems, Support & Maintenance and provision of End-User Computing) and soft total facilities management of the Libraries.
In addition the Council may subsequently seek to invite the successful Service Provider to extend the scope of the contract during the contract term to include the management and operation of the whole or any part of its Heritage and Archive Services subject to lawfulness, relevant due diligence and best value considerations. For the avoidance of doubt, the Council has not made any decision that would permit Heritage and Archive Services to be included in the contract Before this could happen consultation would be required with relevant stakeholders and a Council decision would be required. Any future addition of any Archive and Heritage Services would be voluntary on both sides i.e. the Council would have no obligation to call for those services and the Service Provider would have no obligation to provide them.

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/V698BR4EN8

If you experience any technical difficulties from accessing the above URL, then please contact the Delta eSourcing Help-desk on call +44 8452707050 or email .

Estimated value excluding VAT:
Range: between 20 000 000 and 80 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 60 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As described within the procurement documentation. A parent company guarantee may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As described within the procurement documentation. Service charge with performance and volume adjustments.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As described within the procurement documentation. The Council will take tenders from organisations or from consortia provided they form legal entities prior to award. Bidders will be asked to provide full details of their contracting structures.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As described within the procurement documentation.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The conditions as to participation will be set out within the procurement documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance.
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established.
(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
As described within the procurement documentation.
Minimum level(s) of standards possibly required: As described within the procurement documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(a) A list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct.
(b) A list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator.
(c) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work.
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities.
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate.
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work.
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract.
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years.
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
As described within the procurement documentation.
Minimum level(s) of standards possibly required:
As described within the procurement documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 4
Objective criteria for choosing the limited number of candidates: This is a notice for social and specific services in accordance with Directive 2014/24/EU Article 74 and the Council has therefore taken the flexibility this offers to set out a process which best suits its purpose.
The procurement process will comprise 2 distinct stages, as follows:
- Stage 1 - Pre-qualification and selection of Suppliers to tender; and
- Stage 2 - Tendering, dialogue, evaluation of tenders and contract award.
The contract will be awarded to the most economically advantageous tender. The evaluation criteria for tenders will be specified in the Invitation to Submit a Detailed Proposal documents.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
PL.14.087
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2015/S 27-045300 of 7.2.2015

Other previous publications

Notice number in the OJEU: 2015/S 28-047194 of 10.2.2015

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 18.5.2015 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
18.5.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
3.6.2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 2021 or if option to extend taken 2026.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/V698BR4EN8

If you experience any technical difficulties from accessing the above URL, then please contact the Delta eSourcing Helpdesk on call +44 8452707050 or email .

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Lincoln:-Library-services./V698BR4EN8

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/V698BR4EN8

GO Reference: GO-2015416-PRO-6526358.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
16.4.2015

Other interesting websites