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

SSE Service Desk, End User Services, Cloud Operations and SIAM Services

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04db3f
Published by:
SSE Services plc
Authority ID:
AA76862
Publication date:
12 March 2025
Deadline date:
10 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

SSE Services Plc (the "Authority" and "SSE") is undergoing a service transformation journey, titled Programme Compass, to ensure that the Authority can meet the changing needs of the business as applications are modernised and a cloud first, and cloud native strategy is adopted. As part of Programme Compass, the Authority intends to implement a more focused, responsive and customer centric EUS (End user services), SD (Service Desk), Cloud Operations, and SIAM (service integration and management services).

The Authority currently outsource End User Services and IT support services to two main providers, with one providing Service Desk & desk-side support, desktop device support, Service management and Cloud & Infrastructure services and the other providing End User services through a leased model for laptops and mobiles/tablets.

The Authority has made the strategic decision to retender these IT services, with a view to improve the user experience, improve efficiency and effectiveness, and enable delivery of IT services in a more seamless way.

The Authority is also moving towards a hybrid SIAM model. In this model, the Applicant will act as a Service Integrator (SI), whereby the Applicant focuses on operational execution of key SIAM services, whilst the Authority governs and owns them.

The service will support ~20,000 end users (including up to 5% VIP users seeking priority services) across 350 geographically dispersed sites in the UK, Republic of Ireland, Netherlands, Poland, Spain, France, Italy, Greece and Japan (note that the list of these Service locations may be subject to change within the contract). The end user device estate includes large corporate offices and operational facilities, with the breakdown of users consisting of: 16,000 laptops, 1,800 desktops / mini PCs, and 14,500 mobiles / tablets.

All stated volumes are indicative and subject to change throughout the procurement process.

As a service provider delivering the in scope IT services to the Authority, the Applicant will need to deliver service management capabilities in accordance with the Authority's processes, policies and standards. Such documents shall be shared at the ITT stage.

For assurance of supply of services for Service Desk, End User Services and Cloud Level 2 Operations, the Authority intends to within 6 months or as early as possible from the Effective Date (as defined in the Contract), have transitioned all services to the selected service provider.

The scope of services is structured into five service towers as follows:

Service Tower 1: Service Desk Services

Service Tower 2: End User Services

Service Tower 3: Service Management Platform and Data Services

Service Tower 4: Cloud Level 2 Operations

Service Tower 5: Service Integration and Management Services

The Authority reserves the right to exclude Service tower 5 from the scope of this tender in the next stage of the procurement.

Further information on the Service specification details for each service towers, is outlined in the 'Attachment 2 - PQQ Supplement' that can be downloaded from on the Jaggaer portal, as per section "1.3) Communication" section in this Contract Notice

The Applicants intending to participate in the PQQ process will need to email the Authority on Groupit.Sseprocurement@sse.com, with a confirmation of 'Expression of Interest' (EOI) along with details as per Section3 of 'Attachment 2 : PQQ Supplement' document on Jaggaer . The Authority will, in response, share access credentials unique to each applicant, via email for the Applicants to complete a Supplier Registration form. Further help and support will be available for any technical or login assistance via Supplier Helpdesk on the Jaggaer portal.

Applicants need to note that, it is important to email the Authority as directed as soon as possible and by 17 February 2025 in order to start

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

SSE SERVICES PLC

02366879

43 Forbury Road

READING

RG13JH

UK

Contact person: Group IT - SSE Procurement

E-mail: groupit.sseprocurement@sse.com

NUTS: UK

Internet address(es)

Main address: https://www.sse.com/

Address of the buyer profile: https://www.sse.com/

I.1) Name and addresses

SSE AIRTRICITY LIMITED

331742

Red Oak South, South County Business Park, Leopardstown

Dublin

Dublin 18

IE

Contact person: Group IT - SSE Procurement

E-mail: Groupit.Sseprocurement@sse.com

NUTS: IE

Internet address(es)

Main address: https://www.sseairtricity.com/

Address of the buyer profile: https://www.sseairtricity.com/

I.2) Joint procurement

The contract involves joint procurement

In the case of joint procurement involving different countries – applicable national procurement law:

English Law

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://sse.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=408


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://sse.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=408


I.6) Main activity

Electricity

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

SSE Service Desk, End User Services, Cloud Operations and SIAM Services

Reference number: Project_8429

II.1.2) Main CPV code

72510000

 

II.1.3) Type of contract

Services

II.1.4) Short description

SSE Services Plc (the "Authority" and "SSE") is undergoing a service transformation journey, titled Programme Compass, to ensure that the Authority can meet the changing needs of the business as applications are modernised and a cloud first, and cloud native strategy is adopted. As part of Programme Compass, the Authority intends to implement a more focused, responsive and customer centric EUS (End user services), SD (Service Desk), Cloud Operations, and SIAM (service integration and management services).

The Authority currently outsource End User Services and IT support services to two main providers, with one providing Service Desk & desk-side support, desktop device support, Service management and Cloud & Infrastructure services and the other providing End User services through a leased model for laptops and mobiles/tablets.

The Authority has made the strategic decision to retender these IT services, with a view to improve the user experience, improve efficiency and effectiveness, and enable delivery of IT services in a more seamless way.

The Authority is also moving towards a hybrid SIAM model. In this model, the Applicant will act as a Service Integrator (SI), whereby the Applicant focuses on operational execution of key SIAM services, whilst the Authority governs and owns them.

The service will support ~20,000 end users (including up to 5% VIP users seeking priority services) across 350 geographically dispersed sites in the UK, Republic of Ireland, Netherlands, Poland, Spain, France, Italy, Greece and Japan (note that the list of these Service locations may be subject to change within the contract). The end user device estate includes large corporate offices and operational facilities, with the breakdown of users consisting of: 16,000 laptops, 1,800 desktops / mini PCs, and 14,500 mobiles / tablets.

All stated volumes are indicative and subject to change throughout the procurement process.

As a service provider delivering the in scope IT services to the Authority, the Applicant will need to deliver service management capabilities in accordance with the Authority's processes, policies and standards. Such documents shall be shared at the ITT stage.

For assurance of supply of services for Service Desk, End User Services and Cloud Level 2 Operations, the Authority intends to within 6 months or as early as possible from the Effective Date (as defined in the Contract), have transitioned all services to the selected service provider.

The scope of services is structured into five service towers as follows:

Service Tower 1: Service Desk Services

Service Tower 2: End User Services

Service Tower 3: Service Management Platform and Data Services

Service Tower 4: Cloud Level 2 Operations

Service Tower 5: Service Integration and Management Services

The Authority reserves the right to exclude Service tower 5 from the scope of this tender in the next stage of the procurement.

Further information on the Service specification details for each service towers, is outlined in the 'Attachment 2 - PQQ Supplement' that can be downloaded from on the Jaggaer portal, as per section "1.3) Communication" section in this Contract Notice

The Applicants intending to participate in the PQQ process will need to email the Authority on Groupit.Sseprocurement@sse.com, with a confirmation of 'Expression of Interest' (EOI) along with details as per Section3 of 'Attachment 2 : PQQ Supplement' document on Jaggaer . The Authority will, in response, share access credentials unique to each applicant, via email for the Applicants to complete a Supplier Registration form. Further help and support will be available for any technical or login assistance via Supplier Helpdesk on the Jaggaer portal.

Applicants need to note that, it is important to email the Authority as directed as soon as possible and by 17 February 2025 in order to start the Jaggaer registration process and maximise the response time that is available

II.1.5) Estimated total value

Value excluding VAT: 300 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

30211000

30212000

30213000

30214000

30215000

30231000

30232000

30233000

30234000

30236000

30237000

48710000

48730000

48750000

48760000

48770000

48780000

48920000

50300000

72000000

II.2.3) Place of performance

NUTS code:

UK

EL

ES

FR

IE

IT

NL

PL

JP

II.2.4) Description of the procurement

Applicants must complete the 'Attachment 1 - PQQ Questionnaire', following all the instructions provided in this PQQ Questionnaire and any additional instructions provided in the 'Applicant Instructions' section of the 'Attachment 2 - PQQ Supplement'. The completed response with any relevant attachments should be submitted via the Jaggaer portal below in advance of the stated PQQ Submission Deadline.

As Applicants need to submit their PQQ on Jaggaer, it is important that interested Applicants email the Authority as directed as soon as possible and by 17 February 2025 in order to start the Jaggaer registration process and maximise the response time that is available

Jaggaer Portal :

https://sse.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=408

The Authority intends to shortlist and invite to participate in the ITT stage up to 6 Applicants, subject to 'PQQ Questionnaire' - Instructions worksheet: Application Selection', who pass all qualifications questions and receive the highest scores. The Authority reserves the right to increase or decrease the number of shortlisted Applicants according to the responses received.

The Authority will issue the ITT documentation to shortlisted Applicants via Jaggaer. The detail of the remainder of the procurement process will be set out in the ITT documentation.

The following is a high level overview of our approach to the ITT process under the negotiated procedure that the Contracting Entity expects to follow which may be subject to change:

Following receipt of initial tenders, the Authority shall evaluate them in accordance with the evaluation methodology set out in the ITT documentation. The Authority may at its discretion in accordance with the evaluation criteria reduce the number of Applicants to be invited to participate in further rounds.

A working demonstration via presentation of the proposed products & services may be required during the ITT stage of this procurement.

The Authority reserves the right to down-select Applicants prior to the solution presentation phase of the procurement process.

The detail of the negotiation stage will be set out in the ITT documentation.

The Authority reserves the right not to negotiate any Tender received during the negotiated procedure.

At the end of the ITT stage, the Authority will require Applicants to submit Final Tenders. Information on the Final Tender submission requirements and on the award criteria that will be used to evaluate Final Tenders will be included in the tender documentation.

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: 300 000 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

Optional annual extension of 3 x 12 months, at the discretion of SSE

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

The Contracting Authority reserves the right to extend the term of the agreement (either of Initial Term or/and Optional extension terms).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Total anticipated Contract value as a result of this procurement (excluding VAT) is estimated at £300m over course of the maximum contract term of 8 years, including spend related to additional Project SOW call-offs and any CCNs (Contract change notices). This estimated spend figure is subject to change during the further stages of this procurement including but not limited to ongoing business demands, or future market conditions. The Suppliers interested in bidding for this Procurement will need to have an Annual turn over at least 2 times this anticipated Total contract value (£300 Mn), and they will need to evidence the same based on last 2 Financial years statements of accounts, as requested in Section 4 of 'Attachment 1 - PQQ Questionnaire (Section A_PQQ - General, sub-section 4. 'Financial Standing')

Variance based on level of change and contract options.

All dates are subject to change.

Applicants should note that the services will be used by the Authority and its affiliates, which may include but is not limited to SSE Airtricity. The ITT Draft Agreement will contain provisions allowing the Authority to enter into work orders for the Authority and/or its affiliates to receive additional services from the successful Applicant. The procurement is being conducted as a single cross-border procurement by the Authority on behalf of itself and its affiliates under UK procurement law (the Utilities Contracts Regulations 2016) transposing the Utilities Directive 2014/25/EU. A parallel OJEU contract notice is being published on a voluntary basis and for information only, to ensure potential suppliers interested in participating in this procurement are aware of the contract opportunity. For the avoidance of doubt, the procurement is governed by English law.

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.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

Where a group of economic operators is bidding, SSE may require the group to assume a specific legal form for the purpose of the award of the contract, or to require that each economic operator assumes joint and several liability

The Authority may require that suppliers provide a parent company guarantee/guarantees or other form of suitable security. Further details will be provided in the procurement documents

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 10/03/2025

Local time: 17:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 22/04/2025

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: 12 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The Authority reserves the right (in it sole and absolute discretion and without liability to any economic operator) to make changes to the procurement at any time, to cancel the procurement process at any time and to not award a contract

VI.4) Procedures for review

VI.4.1) Review body

High Court,

London

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Any proceedings relating to a breach of a duty owed by SSE to an economic operator under the Utilities Contracts Regulations 2016 in relation to this procurement must be started within 30 days beginning with the date when the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen unless the court considers that there is a good reason for extending the time limit, in which case the court may extend the time limit up to a maximum of 3 months from that date.

VI.5) Date of dispatch of this notice

03/02/2025

Coding

Commodity categories

ID Title Parent category
48710000 Backup or recovery software package Software package utilities
30231000 Computer screens and consoles Computer-related equipment
72510000 Computer-related management services Computer-related services
48770000 General, compression and print utility software package Software package utilities
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
30211000 Mainframe computer Data-processing machines (hardware)
30233000 Media storage and reader devices Computer-related equipment
30215000 Microcomputer hardware Data-processing machines (hardware)
30212000 Minicomputer hardware Data-processing machines (hardware)
30236000 Miscellaneous computer equipment Computer-related equipment
48920000 Office automation software package Miscellaneous software package and computer systems
30237000 Parts, accessories and supplies for computers Computer-related equipment
30232000 Peripheral equipment Computer-related equipment
30213000 Personal computers Data-processing machines (hardware)
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment Repair and maintenance services
48730000 Security software package Software package utilities
30234000 Storage media Computer-related equipment
48750000 Storage media loading software package Software package utilities
48780000 System, storage and content management software package Software package utilities
48760000 Virus protection software package Software package utilities
30214000 Workstations Data-processing machines (hardware)

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:
groupit.sseprocurement@sse.com
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.