Section one: Contracting authority
one.1) Name and addresses
The Royal Borough of Kensington and Chelsea
Town Hall, 8 Hornton Street
London
W8 7NX
Contact
Malcolm de Vela
Telephone
+44 73613000
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
www.rbkc.gov.uk/business-and-enterprise/business-opportunities-and-procurement/procurement-borough
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-title/DB5D258284
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Oracle Managed Support Services
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £917,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72250000 - System and support services
- 72253000 - Helpdesk and support services
- 72253200 - Systems support services
- 72261000 - Software support services
- 72253100 - Helpdesk services
- 72212451 - Enterprise resource planning software development services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UK - United Kingdom
Main site or place of performance
LONDON,UNITED KINGDOM
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £917,000
two.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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
3 March 2025
Local time
12:00pm
four.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 tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
3 March 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/DB5D258284
GO Reference: GO-2025127-PRO-29233378
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
70 Whitehall
London
SW1A 2AS
Country
United Kingdom
Internet address
www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit