Supply Self-Service Equipment to Merton Library and Heritage Services
The Service Provider will be required to replace Merton’s Library and Heritage Services self-service and stock management equipment with interoperable solutions that interface with existing RFID and Library Management systems.
United Kingdom-Morden: Library equipment
2015/S 118-213558
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Merton
Civic Centre, London Road
For the attention of: Joahanne Flaherty
SM4 5DX Morden
UNITED KINGDOM
Telephone: +44 2085454083
E-mail: joahanne.flaherty@merton.gov.uk
Internet address(es):
General address of the contracting authority: http://www.merton.gov.uk/
Electronic access to information: www.londontenders.org
Electronic submission of tenders and requests to participate: www.londontenders.org
Further information can be obtained from: London Borough of Merton
Civic Centre, London Rd
For the attention of: Joahanne Flaherty
SM4 5DX Morden
UNITED KINGDOM
Telephone: +44 2085454083
E-mail: joahanne.flaherty@merton.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: London Borough of Merton
Civic Centre, London Rd
For the attention of: Joahanne Flaherty
SM4 5DX Morden
UNITED KINGDOM
Telephone: +44 2085454083
E-mail: joahanne.flaherty@merton.gov.uk
Tenders or requests to participate must be sent to: London Borough of Merton
Civic Centre, London Rd
For the attention of: Joahanne Flaherty
SM4 5DX Morden
UNITED KINGDOM
Telephone: +44 2085454083
E-mail: joahanne.flaherty@merton.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
Health
Housing and community amenities
Recreation, culture and religion
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Purchase
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The procured solutions will help to expand the libraries transactional services and increase customer self-service by:
— Being reliable, for both customers and staff;
— Having expanded functionality allowing for self-serving printing and marketing campaigns;
— Improving the customer’s and libraries financial management recording and interfacing;
— Improving stock management systems;
— Having a clear development and services plan.
II.1.6)Common procurement vocabulary (CPV)
39155100, 39155000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Further details can be found within Section 2 of the Invitation to Tender.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
The Selection Criteria will be evaluated first. Tenderers must achieve passes against all pass/fail questions in order to proceed to Award Criteria evaluation. If a ‘Fail’ score is obtained on any of the questions designated ‘pass/fail’, this will (unless otherwise stated in the footnotes to the Assessment Questionnaire) result in the Tender being rejected. Any contract awarded as a result of this procurement will be awarded on the basis of the offer that is the most economically advantageous to the Authority. The Award Criteria (Award Criteria) are: — 40 % technical and quality — 60 % cost Scores will be arrived at following the application of the Evaluation Criteria set out below to the Tenderer’s Tender. Tenderers are required to submit a Tender strictly in accordance with the requirements set out in this ITT, to ensure the Authority has the correct information to make the evaluation. Evasive, unclear or hedged Tenders may be discounted in evaluation and may, at the Authority’s discretion, be taken as a rejection by the Tenderer of the terms set out in this ITT.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: