Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Oracle Professional User Training (PUT) Delivery

  • First published: 15 September 2024
  • Last modified: 15 September 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04999d
Published by:
The Royal Borough of Kensington and Chelsea
Authority ID:
AA21978
Publication date:
15 September 2024
Deadline date:
14 October 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Royal Borough of Kensington & Chelsea (RBKC) is inviting tenders from sufficiently experienced and qualified providers for the provision of Oracle Professional User Training (PUT) Delivery.

Full notice text

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

E-mail: procurement@rbkc.gov.uk

NUTS: UKI33

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:

www.capitalesourcing.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.capitalesourcing.com


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 Professional User Training (PUT) Delivery

Reference number: pjr_RBKC_24413

II.1.2) Main CPV code

80500000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Royal Borough of Kensington & Chelsea (RBKC) is inviting tenders from sufficiently experienced and qualified providers for the provision of Oracle Professional User Training (PUT) Delivery.

II.1.5) Estimated total value

Value excluding VAT: 240 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

72220000

72260000

72600000

80000000

80533000

80533100

II.2.3) Place of performance

NUTS code:

UKI33


Main site or place of performance:

London

II.2.4) Description of the procurement

A Service Contract will be awarded to 1 provider. The delivery of the contract is anticipated to begin in November 2024.

The Royal Borough of Kensington and Chelsea are contracting for the design and delivery of Oracle Professional User Training (PUT) to ensure the safe and effective delivery of the Council’s enabling services (HR, Finance, Procurement) within Oracle Fusion from April 2025.

The Council has existing providers for Key User Training (KUT) to support User Acceptance Testing (UAT) and for End User Training (EAT) delivered by our appointed Business Implementer (BI).

The provider will be required to use their relevant client experience and work with the onward supply of relevant programme and guidance materials from our Systems Integrator and Business Implementer to deliver a package of training that is both fully tailored to our Oracle configuration and gives due consideration to proceeding KUT and emerging design of EUT.

The contract is expected to be awarded November 2024. There will follow a period of discovery, onboarding and training content creation, with the first tranche of training delivery expected to start January 2025.

Training delivery will be focussed on supporting a successful implementation in April 2025. It is expected that there will be some training activity after this date during a three month ‘hypercare’ period; in particular to support newly in housed administrative functions (e.g. HR and Finance Helpdesks, Procurement, Payroll) and the EPM module.

Full details are contained within the Tender Documents.

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: 240 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 12

This contract is subject to renewal: No

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: 14/10/2024

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: 14/10/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

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

10/09/2024

Coding

Commodity categories

ID Title Parent category
72600000 Computer support and consultancy services IT services: consulting, software development, Internet and support
80533100 Computer training services Computer-user familiarisation and training services
80533000 Computer-user familiarisation and training services Vocational training services
80000000 Education and training services Education
72260000 Software-related services Software programming and consultancy services
72220000 Systems and technical consultancy services Software programming and consultancy services
80500000 Training services Education and training services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@rbkc.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.