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

IT Value Added Reseller Framework

  • First published: 06 May 2022
  • Last modified: 06 May 2022

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)

Contents

Summary

OCID:
ocds-h6vhtk-033432
Published by:
SSE Services plc
Authority ID:
AA76862
Publication date:
06 May 2022
Deadline date:
07 June 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Applicants must be able to supply all main IT OEM products and also be able to supply niche hardware and software as required. Suppliers should also be able to supply these products within other global locations as SSE's business grows.

The supplier must be able to provide an online catalogue as part of this solution.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

SSE SERVICES PLC

43 Forbury Road

READING

RG13JH

UK

Contact person: Dave Overthrow

E-mail: dave.overthrow@sse.com

NUTS: UKJ11

Internet address(es)

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

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://www.sse.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.sse.com


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Electricity

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

IT Value Added Reseller Framework

Reference number: SSE-1646

II.1.2) Main CPV code

48000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

SSE are looking to award a framework for a IT reseller for the UK and potentially other countries as business grows. It will include IT packaged software (Including licensing and Saas) and hardware with associated services. This framework will be awarded to two suppliers to support the UK, one primary and one secondary and two suppliers to support the Island of Ireland, one primary and one secondary.

The framework including extensions will last for upto eight years.

Applicants must be able to supply all main OEM products and also be able to supply niche hardware and software as required. Suppliers should also be able to supply these products within other global locations as SSE's business grows. Applicants must also be able to provide an online ordering catalogue for this solution.

Due to the value of this framework, suppliers must be able to demonstrate they have annual turnover in this sector of business of at least £50m per year and a track record of supporting large organisations similar to SSE.

If suppliers feel that they have the capability to bid for both Lots they may do so. This can be done by completing responses for each Lot.

To express an interest in this tender and to request documentation. Please email the procurement lead for this - Dave Overthrow (dave.overthrow@sse.com). Please do not approach any other person within SSE.

II.1.5) Estimated total value

Value excluding VAT: 200 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Each supplier is able to bid on either Lot or both depending on their capability.

II.2) Description

Lot No: 1

II.2.1) Title

UK and potentially other countries

II.2.2) Additional CPV code(s)

48000000

II.2.3) Place of performance

NUTS code:

UK

AL

AT

BE

BG

CH

CY

CZ

DE

DK

EE

EL

ES

FI

FR

HR

HU

IS

IT

LI

LT

LU

LV

ME

MK

MT

NL

NO

PL

PT

RO

RS

SE

SI

SK

TR

AU

JP

US


Main site or place of performance:

UK will represent most of the spend but as SSE grows into other countries it is expected that spend will grow in those locations too.

II.2.4) Description of the procurement

Applicants must be able to supply all main IT OEM products and also be able to supply niche hardware and software as required. Suppliers should also be able to supply these products within other global locations as SSE's business grows.

The supplier must be able to provide an online catalogue as part of this solution.

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: 160 000 000.00  GBP

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

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

Initial Term - 36 months

Extension one - 24 months

Followed by 3 x 12 month extensions

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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

Applicants must be able to offer an electronic ordering catalogue as part of the solution.

Lot No: 2

II.2.1) Title

Island of Ireland including potential other countries

II.2.2) Additional CPV code(s)

48000000

II.2.3) Place of performance

NUTS code:

UKN

AL

AT

BE

BG

CH

CY

CZ

DE

DK

EE

EL

ES

FI

FR

HR

HU

IE

IS

IT

LI

LT

LU

LV

ME

MK

MT

NL

NO

PL

PT

RO

RS

SE

SI

SK

TR

AU

JP

US


Main site or place of performance:

The main spend will be in the Island of Ireland. As SSE grows globally it is expected that there will be spend in other countries.

II.2.4) Description of the procurement

Applicants must be able to supply all main IT OEM products and also be able to supply niche hardware and software as required. Suppliers should also be able to supply these products within other global locations as SSE's business grows.

Suppliers must be able to provide an online catalogue as part of this solution.

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: 40 000 000.00  GBP

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

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

Initial Term - 36 months

Extension - 24 months

Followed by 3 x 12 month extensions

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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

Applicants should be able to supply an electronic catalogue as part of the solution.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Due to the value of this framework, suppliers must be able to demonstrate they have annual turnover in this sector of business of at least £50m (uk pounds sterling) per year and a track record of supporting large organisations similar to SSE.

Suppliers must be able to provide an online catalogue as part of the solution.

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.1.4) Objective rules and criteria for participation

Due to the value of this framework, suppliers must be able to demonstrate they have annual turnover in this sector of business of at least £50m per year and a track record of supporting large organisations similar to SSE.

Suppliers must be able to provide an online catalogue as part of the solution.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 4

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: 07/06/2022

Local time: 10:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

SSE

Perth

UK

VI.5) Date of dispatch of this notice

05/05/2022

Coding

Commodity categories

ID Title Parent category
48000000 Software package and information systems Computer and Related Services

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:
dave.overthrow@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.