Library Services.
Contract notice
Services
Section I: Contracting authority
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)
Section II: Object of the contract
Service category No 27: Other services
NUTS code UKF3
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 .
92511000, 79995000, 92500000, 92510000, 92512000, 48161000
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
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 60 (from the award of the contract)
Section III: Legal, economic, financial and technical information
Description of particular conditions: As described within the procurement documentation.
(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.
(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.
Section IV: Procedure
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.
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
Payable documents: no
Section VI: Complementary information
Estimated timing for further notices to be published: 2021 or if option to extend taken 2026.
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.