Opportunity

Cloud based large file collaboration, management and storage solution with user interface

  • Scottish Hydro Electric Transmission Plc.

F05: Contract notice – utilities

Notice reference: 2024/S 000-016079

Published 21 May 2024, 5:26pm



Section one: Contracting entity

one.1) Name and addresses

Scottish Hydro Electric Transmission Plc.

200 Dunkeld Road

Perth

PH1 3AQ

Contact

Alison Johnson

Email

alison.johnson@sse.com

Country

United Kingdom

NUTS code

UKM - Scotland

National registration number

SC213461

Internet address(es)

Main address

https://www.ssen-transmission.co.uk/

one.3) Communication

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

https://sse.app.jaggaer.com/web/index.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://sse.app.jaggaer.com/web/index.html

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://sse.app.jaggaer.com/web/index.html

one.6) Main activity

Electricity


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Cloud based large file collaboration, management and storage solution with user interface

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

Scottish Hydro Electric Transmission Plc. (“SHET”), seeks a market leading supplier of cloud based file storage and collaboration solutions. The solution provided should be able to handle proprietary specialist file types such as Geospatial Information System (GIS), engineering design (e.g. AutoCAD), Building Information Management (BIM) and 3d laser scans, in the near term up to 50GBb individual file size and collections >30TBb, performantly and without any loss/degradation, sync error or corruption.

The solution needs to provide a user interface that separates the users from directly accessing the back end storage. This user interface needs to be intuitive and provide a positive user experience.

The solution will provide options to share files with internal and external collaborators which may be via login, link share or other methodologies. The solution will provide out of the box interoperability which will enable files to be surfaced (via connector/bridge/API or other methods) via cloud based SAAS applications such as Autodesk Construction Cloud, IBM Maximo, and ESRI ArcGIS, plus SharePoint and Microsoft O365. It is preferable that any connector/option has been proven in industry with similar clients.

The vendor must provide a means of migrating data from legacy sources into the cloud storage.

The solution should be hosted in the UK only and highly cyber-secure and resilient, and support all access control requirements. The solution should have a strong business-continuity-and-disaster-recovery offering.

The provider should provide timely high quality project delivery services and excellent post implementation customer support options.

Note that the SHET has confirmed through proofs of concept that generic file storage (as may be appropriate for office documents) may not be suitable for all such file types and so prospective tenderers are encouraged to carefully validate if their solution can handle such files.

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The full scope of the requirement is as set out in the procurement documents

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: £1,500,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

7 extension options of 1 year

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Interested parties may access the procurement documents by enrolling for free on the SSE Jaggaer system where the opportunity detail and PQQ shall be published.


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

Selection criteria as stated in the procurement documents

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

Selection criteria as stated in the procurement documents

three.1.6) Deposits and guarantees required

Selection criteria as stated in the procurement documents

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Selection criteria as stated in the procurement documents

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

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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 a single operator

In the case of framework agreements, provide justification for any duration exceeding 8 years:

Technical complexities and cost of change associated with replacing such a system

four.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

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

21 June 2024

Local time

11:59pm

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

12 July 2024

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Scottish Hydro Electric Transmission Plc.

Perth

Country

United Kingdom