Notice Information
Notice Title
Provision of ORACLE Licences and Support
Notice Description
Single source for the provision of Software licenses for Payroll and Expenses Software as a Service
Lot Information
Lot 1
Single Source under Regulation 16(1)(a)(ii) of the UK Defence and Security Public Contracts Regulations 2011 for technical reasons
Procurement Information
The Cloud Payroll and Expenses Project Team, part of the UK Ministry of Defence, ("the Authority"), intends to award a contract to Oracle Corporation UK LTD ("Oracle") for up to 38.52 months to acquire software licences for Payroll and Expenses Software as a Service (SaaS) with an estimated value of PS2,020,00.00. It is considered that this contract can be awarded to Oracle using the negotiated procedure without prior publication of a contract notice pursuant to Regulation 16(1)(a)(ii) of the UK Defence and Security Public Contracts Regulations 2011 for technical reasons. This is because Oracle is the only Government Shared Services supported Tier One vendor for Payroll and Expense services which readily meets the Defence Security Accreditors (JSP 440) security requirements for the system and supporting infrastructure. In particular, given this requires the system and all supporting infrastructure must be hosted and controlled in the UK, all Data must be hosted, processed, stored, archived and controlled within the UK, all support to the system must be provided from within the United Kingdom and all staff need to be SC cleared UK nationals living in the UK. In addition, Oracle is the only Tier One vendor for HR, Payroll and Expenses SaaS solutions which has an existing single dedicated secure technical network between Defence Core Infrastructure their data centres which meets the Defence Security requirements. Further to this the Authority already licences Cloud SaaS from Oracle for 11 modules including, Core HR, Talent & Performance, Absence, Digital Assistant, Learning, Project and HR Helpdesk. Accordingly, Oracle is the only company able to meet Authority's requirement to have unified process in this area which provides greater scope for automation, improve scalability and usability of information, aligned with Government IT strategy.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-029e34
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/005827-2021
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Negotiated without publication of a contract notice
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72261000 - Software support services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £2,020,000 £1M-£10M
Notice Dates
- Publication Date
- 22 Mar 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 17 Mar 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE, DEFENCE DIGITAL
- Contact Name
- Not specified
- Contact Email
- john.wilmott102@mod.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- CORSHAM
- Postcode
- N/A
- Post Town
- Not specified
- Country
- Not specified
-
- Major Region (ITL 1)
- Not specified
- Basic Region (ITL 2)
- Not specified
- Small Region (ITL 3)
- Not specified
- Delivery Location
- Not specified
-
- Local Authority
- Not specified
- Electoral Ward
- Not specified
- Westminster Constituency
- Not specified
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-029e34-2021-03-22T22:56:07Z",
"date": "2021-03-22T22:56:07Z",
"ocid": "ocds-h6vhtk-029e34",
"description": "The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification. https://www.gov.uk/government/publications/government-security-classifications",
"initiationType": "tender",
"tender": {
"id": "ISSASDT/0001",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of ORACLE Licences and Support",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72261000",
"description": "Software support services"
},
"mainProcurementCategory": "services",
"description": "Single source for the provision of Software licenses for Payroll and Expenses Software as a Service",
"lots": [
{
"id": "1",
"description": "Single Source under Regulation 16(1)(a)(ii) of the UK Defence and Security Public Contracts Regulations 2011 for technical reasons",
"hasOptions": false
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Negotiated without publication of a contract notice",
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_TECHNICAL",
"description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
}
],
"procurementMethodRationale": "The Cloud Payroll and Expenses Project Team, part of the UK Ministry of Defence, (\"the Authority\"), intends to award a contract to Oracle Corporation UK LTD (\"Oracle\") for up to 38.52 months to acquire software licences for Payroll and Expenses Software as a Service (SaaS) with an estimated value of PS2,020,00.00. It is considered that this contract can be awarded to Oracle using the negotiated procedure without prior publication of a contract notice pursuant to Regulation 16(1)(a)(ii) of the UK Defence and Security Public Contracts Regulations 2011 for technical reasons. This is because Oracle is the only Government Shared Services supported Tier One vendor for Payroll and Expense services which readily meets the Defence Security Accreditors (JSP 440) security requirements for the system and supporting infrastructure. In particular, given this requires the system and all supporting infrastructure must be hosted and controlled in the UK, all Data must be hosted, processed, stored, archived and controlled within the UK, all support to the system must be provided from within the United Kingdom and all staff need to be SC cleared UK nationals living in the UK. In addition, Oracle is the only Tier One vendor for HR, Payroll and Expenses SaaS solutions which has an existing single dedicated secure technical network between Defence Core Infrastructure their data centres which meets the Defence Security requirements. Further to this the Authority already licences Cloud SaaS from Oracle for 11 modules including, Core HR, Talent & Performance, Absence, Digital Assistant, Learning, Project and HR Helpdesk. Accordingly, Oracle is the only company able to meet Authority's requirement to have unified process in this area which provides greater scope for automation, improve scalability and usability of information, aligned with Government IT strategy."
},
"awards": [
{
"id": "005827-2021-1",
"relatedLots": [
"1"
],
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-9743",
"name": "Oracle Corporation UK Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-9742",
"name": "Ministry of Defence, Defence Digital",
"identifier": {
"legalName": "Ministry of Defence, Defence Digital"
},
"address": {
"streetAddress": "MOD Corsham, SN13 9NR",
"locality": "Corsham",
"region": "UKK1",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "John.Wilmott102@mod.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "02",
"description": "Defence"
}
]
}
},
{
"id": "GB-FTS-9743",
"name": "Oracle Corporation UK Limited",
"identifier": {
"legalName": "Oracle Corporation UK Limited"
},
"address": {
"streetAddress": "Thames Valley Park",
"locality": "Reading",
"region": "UKJ11",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-9744",
"name": "Ministry of Defence, Defence Digital, Dynamic Software Enterprise Team",
"identifier": {
"legalName": "Ministry of Defence, Defence Digital, Dynamic Software Enterprise Team"
},
"address": {
"locality": "Corsham",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "John.Wilmott102@mod.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-9742",
"name": "Ministry of Defence, Defence Digital"
},
"contracts": [
{
"id": "005827-2021-1",
"awardID": "005827-2021-1",
"status": "active",
"value": {
"amount": 2020000,
"currency": "GBP"
},
"dateSigned": "2021-03-17T00:00:00Z"
}
],
"language": "en"
}