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

SSE Service Desk, End User Services, Cloud Operations and SIAM Services across 350 geographically dispersed sites in the UK, Republic of Ireland, Netherlands, Poland, Spain, France, Italy, Greece and Japan The Authority is undergoing a service transformation journey, titled Programme Compass, to ensure that the Authority can meet the changing …

CPV: 72000000 IT services: consulting, software development, Internet and support, 72222300 Information technology services, 30211000 Mainframe computer, 30212000 Minicomputer hardware, 30213000 Personal computers, 30214000 Workstations, 30215000 Microcomputer hardware, 30231000 Computer screens and consoles, 30232000 Peripheral equipment, 30234000 Storage media, 30233000 Media storage and reader devices, 30236000 Miscellaneous computer equipment, 30237000 Parts, accessories and supplies for computers, 48730000 Security software package, 48710000 Backup or recovery software package, 48750000 Storage media loading software package, 48760000 Virus protection software package, 48770000 General, compression and print utility software package, 48780000 System, storage and content management software package, 48920000 Office automation software package, 50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
Deadline:
March 10, 2025, 5 p.m.
Deadline type:
Submitting a bid
Place of execution:
SSE Service Desk, End User Services, Cloud Operations and SIAM Services
Awarding body:
SSE Airtricity Limited
Award number:
Project_8429

1. Buyer

1.1 Buyer

Official name : SSE Airtricity Limited
Legal type of the buyer : International organisation
Activity of the contracting authority : General public services

1.1 Buyer

Official name : SSE Services Plc
Legal type of the buyer : International organisation
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : SSE Service Desk, End User Services, Cloud Operations and SIAM Services
Description : SSE Service Desk, End User Services, Cloud Operations and SIAM Services across 350 geographically dispersed sites in the UK, Republic of Ireland, Netherlands, Poland, Spain, France, Italy, Greece and Japan
Procedure identifier : d2a0e1b3-b191-453c-b40b-c90ab01e2bfb
Internal identifier : Project_8429
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

2.1.2 Place of performance

Town : Reading
Country subdivision (NUTS) : Berkshire ( UKJ11 )
Country : United Kingdom

2.1.3 Value

Estimated value excluding VAT : 300 000 000 Pound sterling

2.1.4 General information

Additional information : Applicants must complete the PQQ Questionnaire, following all instructions provided in the PQQ Questionnaire and the additional instructions provided in the 'Applicant Instructions' section above. The completed response with any relevant attachments should be submitted via the Jaggaer portal below in advance of the stated PQQ Submission Deadline. Jaggaer Portal : https://sse.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=408 SSE Services Plc (the "Authority" and "SSE"), the contracting Entity, 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, however the highest scoring Applicants will still be selected.. 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 of by removing the lowest evaluated responses based on a defined minimum threshold total score that will be further clarified in the ITT launch stage.. 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 Contracting Entity 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. SSE 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
Legal basis :
Directive 2014/24/EU
Applicable cross-border law : English Law

5. Lot

5.1 Lot technical ID : LOT-0001

Title : SSE Service Desk, End User Services, Cloud Operations and SIAM Services
Description : The Authority 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 & deskside 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 background to Authority and Service Overview details specific to each service tower is outlined in the 'Attachment 2 - PQQ Supplement' of the PQQ document pack that can be downloaded from on the Jaggaer portal. 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 basic Applicant contact information details as instructed with in Section3 of 'Attachment 2 : PQQ Supplement' document on Jaggaer . The Authority will then share a access credentials unique to each applicant, via email in response to the EOI. The Applicant will then 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. 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. 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 SSE 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 SSE 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 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. An FTS contract notice was published on [date] (FTS notice publication number XXX). This parallel OJEU contract notice is published for 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.
Internal identifier : Project_8429

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 30211000 Mainframe computer
Additional classification ( cpv ): 30212000 Minicomputer hardware
Additional classification ( cpv ): 30213000 Personal computers
Additional classification ( cpv ): 30213000 Personal computers
Additional classification ( cpv ): 30214000 Workstations
Additional classification ( cpv ): 30215000 Microcomputer hardware
Additional classification ( cpv ): 30231000 Computer screens and consoles
Additional classification ( cpv ): 30232000 Peripheral equipment
Additional classification ( cpv ): 30234000 Storage media
Additional classification ( cpv ): 30233000 Media storage and reader devices
Additional classification ( cpv ): 30236000 Miscellaneous computer equipment
Additional classification ( cpv ): 30237000 Parts, accessories and supplies for computers
Additional classification ( cpv ): 48730000 Security software package
Additional classification ( cpv ): 48710000 Backup or recovery software package
Additional classification ( cpv ): 48750000 Storage media loading software package
Additional classification ( cpv ): 48760000 Virus protection software package
Additional classification ( cpv ): 48770000 General, compression and print utility software package
Additional classification ( cpv ): 48780000 System, storage and content management software package
Additional classification ( cpv ): 48920000 Office automation software package
Additional classification ( cpv ): 50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Options :
Description of the options : Initial Term of the Contract will be 5 years.

5.1.2 Place of performance

Town : Berkshire
Country subdivision (NUTS) : Berkshire ( UKJ11 )
Country : United Kingdom
Additional information : 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. Please refer to the PQQ Supplement and PQQ Questionnaire for more details, as available for download from our Jaggaer Portal, for those Applicants, who wish to participate in this PQQ event. SSE 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.

5.1.3 Estimated duration

Start date : 15/12/2025
Duration end date : 15/12/2030

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : Optional annual extension of 3 x 12 months, at the discretion of SSE

5.1.5 Value

Estimated value excluding VAT : 300 000 000 Pound sterling

5.1.6 General information

This is a recurrent procurement
Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not yet known
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.10 Award criteria

Description of the method to be used if weighting cannot be expressed by criteria : Please see the PQQ documents attached on the Jaggaer portal
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 28/02/2025 17:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 10/03/2025 17:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : 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 SSE 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

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : High Court, London (Royal Courts of Justice) -
Information about review deadlines : Please refer to the PQQ Supplement (Attachment 2), on the Jaggaer portal

8. Organisations

8.1 ORG-0001

Official name : SSE Airtricity Limited
Registration number : 317386
Department : Group IT
Postal address : SSE AIRTRICITY LIMITED, Red Oak South South County Business Park Leopardstown
Town : Dublin
Postcode : Dublin 18
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Contact point : Pradeep Mishra
Telephone : +353818812220
Fax : +353818812220
Internet address : www.sseairtricity.com
Information exchange endpoint (URL) : www.sseairtricity.com
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : SSE Services Plc
Registration number : 02366879
Department : Group IT Procurement
Postal address : SSE AIRTRICITY LIMITED, Red Oak South 43 Forbury Road
Town : Reading
Postcode : RG13JH
Country subdivision (NUTS) : Berkshire ( UKJ11 )
Country : United Kingdom
Contact point : Pradeep Mishra
Telephone : +353818812220
Fax : +353818812220
Internet address : www.sse.com
Information exchange endpoint (URL) : www.sse.com
Buyer profile : https://www.sse.com/
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : High Court, London (Royal Courts of Justice)
Registration number : 09738111
Department : Procurement Law
Postal address : Strand, London, WC2A 2LL Strand, London, WC2A 2LL
Town : London
Postcode : RG13JH
Country subdivision (NUTS) : Camden and City of London ( UKI31 )
Country : United Kingdom
Contact point : General Enquiries
Telephone : +4420 7947 6000
Fax : +4420 7947 6000
Roles of this organisation :
Review organisation

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : ac4ceeb1-5794-4eef-8447-6f986d24f3f7 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/02/2025 17:53 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00077912-2025
OJ S issue number : 25/2025
Publication date : 05/02/2025