Opportunity

IT Value Added Reseller Framework

  • SSE SERVICES PLC

F05: Contract notice – utilities

Notice reference: 2022/S 000-011669

Published 5 May 2022, 11:51am



Section one: Contracting entity

one.1) Name and addresses

SSE SERVICES PLC

43 Forbury Road

READING

RG13JH

Contact

Dave Overthrow

Email

dave.overthrow@sse.com

Country

United Kingdom

NUTS code

UKJ11 - Berkshire

Internet address(es)

Main address

https://www.sse.com

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sse.com

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Electricity


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

IT Value Added Reseller Framework

Reference number

SSE-1646

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.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.

two.1.5) Estimated total value

Value excluding VAT: £200,000,000

two.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.

two.2) Description

two.2.1) Title

UK and potentially other countries

Lot No

1

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • AL - Albania
  • AT - Austria
  • BE - Belgium
  • BG - Bulgaria
  • CH - Switzerland
  • CY - Cyprus
  • CZ - Czechia
  • DE - Germany
  • DK - Denmark
  • EE - Estonia
  • EL - Greece
  • ES - Spain
  • FI - Finland
  • FR - France
  • HR - Croatia
  • HU - Hungary
  • IS - Iceland
  • IT - Italy
  • LI - Liechtenstein
  • LT - Lithuania
  • LU - Luxembourg
  • LV - Latvia
  • ME - Montenegro
  • MK - North Macedonia
  • MT - Malta
  • NL - Netherlands
  • NO - Norway
  • PL - Poland
  • PT - Portugal
  • RO - Romania
  • RS - Serbia
  • SE - Sweden
  • SI - Slovenia
  • SK - Slovakia
  • TR - Turkey
  • AU - Australia
  • JP - Japan
  • US - United States
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.

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £160,000,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Island of Ireland including potential other countries

Lot No

2

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
  • AL - Albania
  • AT - Austria
  • BE - Belgium
  • BG - Bulgaria
  • CH - Switzerland
  • CY - Cyprus
  • CZ - Czechia
  • DE - Germany
  • DK - Denmark
  • EE - Estonia
  • EL - Greece
  • ES - Spain
  • FI - Finland
  • FR - France
  • HR - Croatia
  • HU - Hungary
  • IE - Ireland
  • IS - Iceland
  • IT - Italy
  • LI - Liechtenstein
  • LT - Lithuania
  • LU - Luxembourg
  • LV - Latvia
  • ME - Montenegro
  • MK - North Macedonia
  • MT - Malta
  • NL - Netherlands
  • NO - Norway
  • PL - Poland
  • PT - Portugal
  • RO - Romania
  • RS - Serbia
  • SE - Sweden
  • SI - Slovenia
  • SK - Slovakia
  • TR - Turkey
  • AU - Australia
  • JP - Japan
  • US - United States
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.

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £40,000,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

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.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 4

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

7 June 2022

Local time

10:00am

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

SSE

Perth

Country

United Kingdom