Provision of News Aggregator Library Service – UK Parliament
• The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons
• The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons
F02: Contract notice
Notice reference: 2023/S 000-031232
Published 23 October 2023, 3:30pm

Contents
two. Object II. Object
three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information
four. ProcedureIV. Procedure
six. Complementary informationVI. Complementary information

If you want help with winning this tender, then take a look at our Bid Writing page.

The closing date and time has been changed to:
22 November 2023, 12:00pm
See the change notice.
Section one: Contracting authoritySection I: Contracting authority
one.1) Name and addressesI.1) Name and addresses
The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons
Victoria Street
LONDON
SW1A 0AA
Email

Telephone
+44 2072193801
Country
United Kingdom
NUTS code
UKI32 – Westminster
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://in-tendhost.co.uk/parliamentuk/aspx/Home
Buyer’s address
https://in-tendhost.co.uk/parliamentuk/aspx/Home
one.1) Name and addressesI.1) Name and addresses
The Corporate Officer of the House of Lords and the Corporate Officer of the House of Commons
Victoria Street
Westminster, London
SW1A 0AA
Contact
Parliamentary Commercial Directorate (PCD)
Email

Telephone
+44 2072193801
Country
United Kingdom
NUTS code
UKI – London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://in-tendhost.co.uk/parliamentuk/aspx/Home
Buyer’s address
https://in-tendhost.co.uk/parliamentuk/aspx/Home
one.2) Information about joint procurementI.2) Information about joint procurement
The contract involves joint procurement
one.3) CommunicationI.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://in-tendhost.co.uk/parliamentuk/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authorityI.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activityI.5) Main activity
General public services

Section two: ObjectSection II: Object
two.1) Scope of the procurementII.1) Scope of the procurement
two.1.1) TitleII.1.1) Title
Provision of News Aggregator Library Service – UK Parliament
Reference number
PI1301649
two.1.2) Main CPV codeII.1.2) Main CPV code
• 75110000 – General public services
two.1.3) Type of contractII.1.3) Type of contract
Services
two.1.4) Short descriptionII.1.4) Short description
The Authority requires a news database for UK, regional and international titles with a substantial archive and the ability for all users, including Library customers, to create alerts and export their preferred search results.
Specific requirements are:
• An intuitive and easy to use interfaces that meet the needs of both general users (who require a quick, simple search facility) and specialist researchers (who require the ability to combine multiple search terms/fields and refine/filter their results).
• Ability to use a drop down menu or similar to limit searches by pre-defined groups of titles, such as UK newspapers, UK broadsheets, UK tabloids, UK regionals, all English news, UK publications, all news, European news.
• The ability to search by an individual title or publication.
• The ability to search just within headline or author as well as within the full article.
• Ability to filter their results by date range, by subject, by publication name and by type.
• Users ability to recall searches from their recent search history.
• The service must provide the ability for users to de-duplicate their search results.
two.1.5) Estimated total valueII.1.5) Estimated total value
Value excluding VAT: £1,670,000
two.1.6) Information about lotsII.1.6) Information about lots
This contract is divided into lots: No
two.2) DescriptionII.2) Description
two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s)
• 48160000 – Library software package
two.2.3) Place of performanceII.2.3) Place of performance
NUTS codes
• UKI – London
Main site or place of performance
UKP, Palace of Westminster,
Westminster
LONDON
SW1A 0AA
two.2.4) Description of the procurementII.2.4) Description of the procurement
Provision of a news database for UK, regional and international titles with a substantial archive and the ability for all users, including Library customers, to create alerts and export their preferred search results.
two.2.5) Award criteriaII.2.5) Award criteria
Quality criterion – Name: Technical / Weighting: 56
Quality criterion – Name: Non-Functional Requirements / Weighting: 6
Quality criterion – Name: Sustainability / Weighting: 10
Price – Weighting: 30
two.2.6) Estimated valueII.2.6) Estimated value
Value excluding VAT: £1,670,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Initial Term of 36 months with optional extension of 12 + 12 months
two.2.10) Information about variantsII.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about optionsII.2.11) Information about options
Options: No

Section three. Legal, economic, financial and technical informationSection III. Legal, economic, financial and technical information
three.1) Conditions for participationIII.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
See the Suitability Questionnaire (SQ) and the SQ Guidance document.
three.1.2) Economic and financial standingIII.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional abilityIII.1.3) Technical and professional ability
List and brief description of selection criteria
See the Suitability Questionnaire (SQ) and the SQ Guidance document
Minimum level(s) of standards possibly required
See the SQ documentation for this information.

Section four. ProcedureSection IV. Procedure
four.1) DescriptionIV.1) Description
four.1.1) Type of procedureIV.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative informationIV.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
16 November 2023
Local time
2:00pm
Changed to:
Date
22 November 2023
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tenderIV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 90 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tendersIV.2.7) Conditions for opening of tenders
Date
22 November 2023
Local time
2:00pm

Section six. Complementary informationSection VI. Complementary information
six.1) Information about recurrenceVI.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional informationVI.3) Additional information
The intention is to use the In-Tend e-Sourcing Portal for the SQ/ITT Publishing.
In-Tend e-Sourcing Portal:
Suppliers must read through this set of instructions and follow the process to respond to this
opportunity. The information and ITT documents for this opportunity are available on the
Parliamentary e-sourcing portal In-Tend. You must register on the In-Tend site to respond to
this opportunity: https://in-tendhost.co.uk/parliamentuk/aspx/Home
Please ensure you follow any instruction provided to you. The deadline for submitting your response(s) is detailed within this contract notice and the ITT/SQ documents.
ITT/SQ submissions must be uploaded to the portal; electronic responses submitted via e-mail are not acceptable. Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload
documents. If you are experiencing problems, please contact the PCD Support
team via email: or call +44 (0)207 219 1600 or contact InTend Helpdesk or call us on 0845 557 8079 / +44 (0) 114 407 0065 for further assistance.
Please visit In-Tend (link above) for full details and to register your interest in this procurement.
To access the ITT/SQ documents select the tender reference ‘PI1301649’ – ‘News Aggregator Library Service – UK Parliament’ in the ‘current tenders’ list, click on the ‘view tender details’ and express interest by clicking on the button provided.
If you need to register, your company details will be required, thereafter you will be issued with a username and password. If you have previously registered with In-Tend, please follow
the link shown which will redirect you to the home page where you can log on using your existing username and password to collect the tender documents. If you have registered and forgotten your username and password, click on the ‘forgotten password’ link on the In-Tend homepage.
Subject to applicable law:
The Authority reserves the right in its absolute discretion and notwithstanding anything to the contrary in this Procurement or otherwise at any time and without prior notice to:
1. change or waive the basis, requirements, scope, content, procedures, structure and/or timescale for the Procurement in whole or in part as it considers appropriate, including:
a) issuing updated, amended and/or replacement documentation or information including all or part of the SQ/ITT or Contract;
b) adding, removing, amending or replacing components from the scope of any requirement;
c) adding, removing, amending, replacing, postponing or re-ordering any stages, phases or steps of the Procurement;
d) varying the Procurement timings or deadlines (including the timetable set out in section
3); or
e) varying the permitted methods or contact details for submitting Proposals or communications with the Authority;
2. require Bidders to:
a. submit updated, amended or replacement versions of all or part of Bidder’s Proposals; or
b. provide any additional, supplementary or clarificatory information, explanations or verifications that it may consider appropriate;
3. reject all or part of any Proposal or re-invite Proposals on the same or an alternative basis;
4. disqualify any Bidder who:
a. provides information or confirmations which later prove to be untrue or incorrect or does not supply the information required by the Authority during the Procurement process; or
b. fails the SQ on the grounds of a previous security breach (Reg 23(4)(e)) or reliability (Reg 23(4)(f)).
c. does not, in the Authority’s opinion, comply with the provisions of this SQ or any other requirement of the Authority in connection with the Procurement that may from time-to-time be notified to the Bidders;
5. withdraw all or part of this Procurement;
6. terminate all or part of the Procurement;
7. award a contract without prior notice; or
8. not award any contract(s) as a result of the Procurement.
Conflicts of Interest:
The Authority wishes to ensure that Applicants are treated equally and in a nondiscriminatory
manner during the Procurement, and that conflicts of interest do not
undermine fair competition, therefore, the Authority wishes to identify conflicts of interest
and assess Applicants’ strategies for their elimination or mitigation as early as possible in the
Procurement.
Please see the SQ documentation regarding Conflicts of Interest declaration.
six.4) Procedures for reviewVI.4) Procedures for review
six.4.1) Review bodyVI.4.1) Review body
The Corporate Officer of the House of Lords and The corporate Officer of the House of Commons
Victoria Street
Westminster, London
SW1A 0AA
Email

Telephone
+44 2072191600
Country
United Kingdom
Internet address
https://www.parliament.uk/

Leave a Reply