Awarded contract

Back Office Software and Support Services

  • Police Digital Service

F15: Voluntary ex ante transparency notice

Notice reference: 2021/S 000-029079

Published 22 November 2021, 5:10pm



Section one: Contracting authority/entity

one.1) Name and addresses

Police Digital Service

33 Queen Street,

LONDON

EC4R 1AP

Contact

Nick Scott

Email

Nick.Scott@pds.police.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

08113293

Internet address(es)

Main address

https://pds.police.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Back Office Software and Support Services

Reference number

NS/221121

two.1.2) Main CPV code

  • 72300000 - Data services

two.1.3) Type of contract

Services

two.1.4) Short description

The Police Digital Service (PDS) is procuring additional Oracle licences and support services on behalf of UK Policing, in order to deliver the additional licences required to support the recruitment of 20,000 new police officers.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £978,729

two.2) Description

two.2.2) Additional CPV code(s)

  • 72261000 - Software support services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Procurement of additional Oracle licences and related support services to ensure that police forces have sufficient Oracle licences to support the recruitment of 20,000 new police officers. Specifically, the police forces of Leicestershire, Durham, North Yorkshire, Derbyshire, Surrey, Sussex, Kent, Essex, Gloucestershire, Warwickshire, Bedfordshire, Cambridgeshire, Hertfordshire, Norfolk and Suffolk will or may utilise the software

licences and related support services being procured from Oracle.

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated without a prior call for competition

  • The works, supplies or services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons

Explanation:

PDS relies on the ground set out within Regulation 32(2)(b)(ii) (Use of the negotiated procedure without prior publication) of the Public Contracts Regulations 2015. For technical reasons, the services can be provided only by a particular tenderer, namely Oracle Corporation UK Limited. The software licences and related support services being procured are for business critical back office systems which have already been implemented

by police forces. However, as a result of the Government's commitment to recruit 20,000 new police officers, forces require additional licences to ensure that they do not breach the terms of their existing contracts with Oracle. PDS (which is owned by UK police forces and exists to support forces in their technology procurement and delivery, and is the delivery vehicle for the National Policing Digital Strategy) is procuring the additional licences centrally, for the sake of efficiency and in order to ensure that the best value for money is obtained, by aggregating the forces' collective requirements and spending power to negotiate the best possible price

from Oracle. The list of forces who will or may utilise the software licences and related support services being procured from Oracle is set out above.

Competition is absent for technical reasons on this occasion because: (a) each of the forces which is benefiting from the licences being procured is already under contract with Oracle for the delivery of the same software; (b) the only reason for this procurement is to ensure that the forces have sufficient licences to cover the recruitment of 20,000 new police officers; and (c) the back office software being licensed has to be the same across the force - it is not possible or practicable to implement alternative back office software for the benefit of the new

20,000 officers whilst running a different back office environment for the rest of the force's requirements. As such, only Oracle (as the owner of the software and its intellectual property rights) can provide the back office software which is required in this instance to meet the increase in demand. All other options would cause significant inconvenience, substantial duplication of cost and from a technical perspective would not be possible due to the interoperability requirements. No reasonable alternative exists for procuring the additional licences which are required, and the absence of competition is not the result of an artificial narrowing down of the parameters of the procurement. Each force will reprocure its full back office system requirements as and when required, at which point alternative software providers will be able to participate and propose an alternative solution.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract/concession

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

22 November 2021

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Oracle Corporation UK Limited

Unit 8, Number One Lanyon Quay, Oxford Street

Belfast

BT1 3GP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession: £978,729


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom