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
Country
United Kingdom
Region code
UKI33 - Kensington & Chelsea and Hammersmith & Fulham
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
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 Professional User Training (PUT) Delivery
Reference number
pjr_RBKC_24413
two.1.2) Main CPV code
- 80500000 - Training services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £240,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72220000 - Systems and technical consultancy services
- 72260000 - Software-related services
- 72600000 - Computer support and consultancy services
- 80000000 - Education and training services
- 80533000 - Computer-user familiarisation and training services
- 80533100 - Computer training services
two.2.3) Place of performance
NUTS codes
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance
London
two.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.
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: £240,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
No
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
14 October 2024
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
14 October 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
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