Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

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

  • Cyhoeddwyd gyntaf: 12 Mawrth 2025
  • Wedi'i addasu ddiwethaf: 12 Mawrth 2025
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-04db3f
Cyhoeddwyd gan:
SSE Services plc
ID Awudurdod:
AA76862
Dyddiad cyhoeddi:
12 Mawrth 2025
Dyddiad Cau:
10 Mawrth 2025
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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

Testun llawn y rhybydd

Hysbysiad contract - cyfleustodau

Adran I: Endid contractio

I.1) Enw a chyfeiriad

SSE SERVICES PLC

02366879

43 Forbury Road

READING

RG13JH

UK

Person cyswllt: Group IT - SSE Procurement

E-bost: groupit.sseprocurement@sse.com

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.sse.com/

Cyfeiriad proffil y prynwr: https://www.sse.com/

I.1) Enw a chyfeiriad

SSE AIRTRICITY LIMITED

331742

Red Oak South, South County Business Park, Leopardstown

Dublin

Dublin 18

IE

Person cyswllt: Group IT - SSE Procurement

E-bost: Groupit.Sseprocurement@sse.com

NUTS: IE

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.sseairtricity.com/

Cyfeiriad proffil y prynwr: https://www.sseairtricity.com/

I.2) Caffael ar y cyd

Mae a wnelo’r contract â chaffael ar y cyd

Yn achos caffael ar y cyd sy'n cynnwys gwahanol wledydd – cyfraith caffael genedlaethol berthnasol:

English Law

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

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


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

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


I.6) Prif weithgaredd

Trydan

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

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

Cyfeirnod: Project_8429

II.1.2) Prif god CPV

72510000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

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) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 300 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

30211000

30212000

30213000

30214000

30215000

30231000

30232000

30233000

30234000

30236000

30237000

48710000

48730000

48750000

48760000

48770000

48780000

48920000

50300000

72000000

II.2.3) Man cyflawni

Cod NUTS:

UK

EL

ES

FR

IE

IT

NL

PL

JP

II.2.4) Disgrifiad o’r caffaeliad

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) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 300 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 60

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

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

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Ydy

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.8) Ar ba ffurf gyfreithiol y bydd y gr?p o weithredwyr economaidd y caiff y contract ei ddyfarnu iddynt:

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) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

negodi gyda galwad am gystadleuaeth

IV.1.4) Gwybodaeth am leihau nifer yr atebion neu’r tendrwyr yn ystod negodiad neu ddeialog

Troi at weithdrefn fesul cam er mwyn mynd ati’n raddol i leihau nifer yr atebion i’w trafod neu’r tendrau i’w negodi

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Na

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 10/03/2025

Amser lleol: 17:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 22/04/2025

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 12  (o’r dyddiad a nodwyd i dendr ddod i law)

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.3) Gwybodaeth ychwanegol

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) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court,

London

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

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) Dyddiad anfon yr hysbysiad hwn

03/02/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
30215000 Caledwedd microgyfrifiadur Peiriannau prosesu data (caledwedd)
30212000 Caledwedd minigyfrifiadur Peiriannau prosesu data (caledwedd)
30237000 Cydrannau, ategolion a chyflenwadau ar gyfer cyfrifiaduron Cyfarpar cyfrifiadurol
30236000 Cyfarpar cyfrifiadurol amrywiol Cyfarpar cyfrifiadurol
30232000 Cyfarpar perifferol Cyfarpar cyfrifiadurol
30211000 Cyfrifiadur prif ffrâm Peiriannau prosesu data (caledwedd)
30213000 Cyfrifiaduron personol Peiriannau prosesu data (caledwedd)
30234000 Cyfryngau storio Cyfarpar cyfrifiadurol
30233000 Dyfeisiau storio a darllen cyfryngau Cyfarpar cyfrifiadurol
50300000 Gwasanaethau atgyweirio, cynnal a chadw a gwasanaethau cysylltiedig mewn perthynas â chyfrifiaduron personol, cyfarpar swyddfa a chyfarpar telathrebu a chlyweledol Gwasanaethau atgyweirio a chynnal a chadw
72510000 Gwasanaethau rheoli cyfrifiadurol Gwasanaethau cyfrifiadurol
72000000 Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth Gwasanaethau Cyfrifiadurol a Chysylltiedig
30214000 Gweithfannau Peiriannau prosesu data (caledwedd)
48770000 Ôl-gerbydau at ddiben cyffredinol Rhaglenni gwasanaethu pecynnau meddalwedd
48920000 Pecyn meddalwedd awtomatiaeth swyddfa Pecynnau meddalwedd a systemau cyfrifiadurol amrywiol
48760000 Pecyn meddalwedd diogelu rhag feirysau Rhaglenni gwasanaethu pecynnau meddalwedd
48730000 Pecyn meddalwedd diogelwch Rhaglenni gwasanaethu pecynnau meddalwedd
48710000 Pecyn meddalwedd gwneud copïau wrth gefn neu adfer Rhaglenni gwasanaethu pecynnau meddalwedd
48750000 Pecyn meddalwedd llwytho cyfryngau storio Rhaglenni gwasanaethu pecynnau meddalwedd
48780000 Pecyn meddalwedd rheoli systemau, storio a chynnwys Rhaglenni gwasanaethu pecynnau meddalwedd
30231000 Sgriniau a chonsolau cyfrifiadur Cyfarpar cyfrifiadurol

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
groupit.sseprocurement@sse.com
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.