Royal Borough of Kensington and Chelsea: Oracle Managed Support Services

  Royal Borough of Kensington and Chelsea is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Oracle Managed Support Services
Notice type: Contract Notice
Authority: Royal Borough of Kensington and Chelsea
Nature of contract: Services
Procedure: Open
Short Description: The Royal Borough of Kensington and Chelsea (RBKC) is inviting tenderers from sufficiently experienced and qualified contractors for the provision of Oracle Managed Support services. The Council requires Level 3, technical and functional managed support service of Oracle Cloud. To ensure effective delivery of the Council’s enabling services (HR, Finance, Procurement) within Oracle Cloud from May 2025. The contract is anticipated to commence on the 1 May 2025 for an initial term of 24 months, with the option to extend up to a further 12 months to 30 April 2028 at the RBKC's discretion.
Published: 27/01/2025 16:18
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: IT services: consulting, software development, Internet and support.
Section I: Contracting Authority
      I.1) Name and addresses
             The Royal Borough of Kensington and Chelsea
             Town Hall, 8 Hornton Street, London, W8 7NX, United Kingdom
             Tel. +44 73613000, Email: procurement@rbkc.gov.uk
             Contact: Malcolm de Vela
             Main Address: www.rbkc.gov.uk, Address of the buyer profile: www.rbkc.gov.uk/business-and-enterprise/business-opportunities-and-procurement/procurement-borough
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./DB5D258284
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/DB5D258284 to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Oracle Managed Support Services       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      72000000 - IT services: consulting, software development, Internet and support.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Royal Borough of Kensington and Chelsea (RBKC) is inviting tenderers from sufficiently experienced and qualified contractors for the provision of Oracle Managed Support services.

The Council requires Level 3, technical and functional managed support service of Oracle Cloud. To ensure effective delivery of the Council’s enabling services (HR, Finance, Procurement) within Oracle Cloud from May 2025.

The contract is anticipated to commence on the 1 May 2025 for an initial term of 24 months, with the option to extend up to a further 12 months to 30 April 2028 at the RBKC's discretion.       
      II.1.5) Estimated total value:
      Value excluding VAT: 917,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      72250000 - System and support services.
      72253000 - Help-desk and support services.
      72253200 - Systems support services.
      72261000 - Software support services.
      72253100 - Help-desk services.
      72212451 - Enterprise resource planning software development services.
      
      II.2.3) Place of performance:
      UKI LONDON
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: A Service Contract will be awarded to a single contractor. The delivery of the contract is anticipated to begin on 1 May 2025 with an initial term of 24 months, with the option to extend for up to a further 12 months to 30 April 2028 at the RBKC's discretion.

The Council requires Level 3, technical and functional managed support service of Oracle Cloud. To ensure effective delivery of the Council’s enabling services (HR, Finance, Procurement) within Oracle Cloud from May 2025.

The provider will be required to use their Oracle Cloud, SAAS, EPM, OCI, OIC and BI expertise and experience within a Local Authority setting to provision adequate functional and technical support for the Councils Level 3 support and development needs, pertaining to raised incidents and or service requests.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 917,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract will be established for an initial duration of 24 months, with the option to extend for up to a further 12 months at the RBKC's discretion.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 03/03/2025 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 03/03/2025
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./DB5D258284

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/DB5D258284
   VI.4) Procedures for review
   VI.4.1) Review body:
             Public Procurement Review Service
       70 Whitehall, London, SW1A 2AS, United Kingdom
       Internet address: www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 27/01/2025

Annex A


View any Notice Addenda

View Award Notice