Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Royal Borough of Kensington and Chelsea
Town Hall, 8 Hornton Street
London
W8 7NX
UK
Contact person: Malcolm de Vela
Telephone: +44 73613000
E-mail: procurement@rbkc.gov.uk
NUTS: UK
Internet address(es)
Main address: www.rbkc.gov.uk
Address of the buyer profile: www.rbkc.gov.uk/business-and-enterprise/business-opportunities-and-procurement/procurement-borough
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 to:
https://www.delta-esourcing.com/tenders/UK-title/DB5D258284
Tenders or requests to participate must be sent to the abovementioned address
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
II.1.2) Main CPV code
72000000
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:
917 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72250000
72253000
72253200
72261000
72253100
72212451
II.2.3) Place of performance
NUTS code:
UKI
UK
Main site or place of performance:
LONDON,UNITED KINGDOM
II.2.4) Description of the 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:
917 000.00
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
03/03/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
03/03/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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
GO Reference: GO-2025127-PRO-29233378
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
70 Whitehall
London
SW1A 2AS
UK
Internet address(es)
URL: www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Date of dispatch of this notice
27/01/2025