Section one: Contracting entity
one.1) Name and addresses
SCOTTISH HYDRO ELECTRIC TRANSMISSION PLC
Inveralmond House,200 Dunkeld Road
PERTH
PH13AQ
Contact
James Pike
Country
United Kingdom
Region code
UKM77 - Perth & Kinross and Stirling
Companies House
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/go/8579173201917007F05C
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/go/8579173201917007F05C
one.6) Main activity
Other activity
IT systems
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Separation of Scottish Hydro Electric Transmission network and domain
Reference number
7647
two.1.2) Main CPV code
- 72700000 - Computer network services
two.1.3) Type of contract
Services
two.1.4) Short description
**Note; for suppliers to be registered for Jaggaer system (if not already registered on SSE Jaggaer) they should contact the representative listed on this notice**
================================
Scottish Hydro Electric Transmission (SHET) seek a skilled provider of network and security consulting and project delivery services to design and deliver a major IT + OT network and authentication re-structure.
The objective of the project is to further separate SHET network zones from other SSE BU networking, enabling SHET to apply networking changes in a more agile way with less inter-group dependency. The projects span both IT and OT (operational technology).
The current network design is complex with a disparate combination of separate and shared services with other SSE businesses. It is important that the design for the "To-Be" solution minimises the risk to the business during the transformation from the current network architecture to the future model. Suppliers should appreciate transition will be undertaken in the context of a live operating environment.
This project will help ensure SHET continue to meet the NIS Directive CAF (Cyber Assessment Framework) B2 principle and contributing outcomes in the RIIO-T3 Ofgem regulatory period.
• In 2025 the project will define a costed strategy, architecture secure design, support model and execution plan for SHET to meet its desired network and security outcomes.
• In 2026 execution of the approved design will follow as part of the RIIO-T3 regulatory period. On-site execution will take place across the territory of Scotland.
It is desirable that the supplier have the capability to provide IT managed services and project delivery services (for example but not limited to networking, infrastructure, cybersecurity specialisms) and professional services as this may be a future requirement.
Due to the nature of the work involved, it is anticipated that the supplier and any sub-contractor personnel will be UK based and where necessary their employees assigned to the programme or with access to SHET data may be required to hold appropriate security clearance for their role.
To successfully deliver the project, the design and execution phases must address and deliver solutions that:
1. Improved Transmission OT systems and network, with increased cyber security prevention and avoidance of risk.
2. Maintenance of SHET compliance with the CAF Principle B2 and preparation to meet the Enhanced CAF Profile once released.
3. Enable SHET to:
a. Drive towards network independence whilst retaining benefits of sharing wider corporate network where beneficial to do so ,
b. Enable initiative-taking risk avoidance and management, and increased ability to accommodate future cyber and functional changes.
4. Strengthens SHET overall network security posture while also making it easier to monitor and track traffic throughout SHET network.
5. Solution will need to be scalable to support anticipated future business growth.
two.1.5) Estimated total value
Value excluding VAT: £60,000,000
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
Main site or place of performance
UK with on-site performance required pan-Scotland
two.2.4) Description of the procurement
As above; full details of requirement available in the procurement documentation
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: £60,000,000
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
96 month term reflects initial period of project contracts plus extension options and followup purchases, such as for optional services and calloffs, to be discussed with the successful Tenderer
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Anticipate award of initial project contracts with option to purchase additional calloffs and services during the term. SHET may make additional purchases from the winning Tenderer via the negotiated procedure without prior call for competition.
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
Prospective suppliers should be able to commit that they have reasonable procedures in place for the prevention of modern slavery, human trafficking, financial crime and bribery
Prospective suppliers should be able to commit to revealing the identity of any third party subcontractors or solutions upon which their delivery of services would be dependent. SHET may require the right to undertake business probity, financial, cybersecurity and other compliance reviews of subcontractors.
Prospective suppliers may be required to sign a Non-Disclosure-Agreement before security sensitive content is shared with them
Other or additional conditions of participation may be set out in the final tender documents.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Prospective suppliers must have a minimum turnover of £50m p.a.
The financial standing of a prospective supplier must give SHET reasonable confidence that they can successfully fund the services for the duration and accept reasonable liability in line with the level of risk their project presents to SHET.
Other/additional requirements may be set out in the final tender documents.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Prospective suppliers should be able to evidence strong knowledge and experience in the delivery of similar projects, including multiple secure network implementations/re-structures at similar scale
Prospective suppliers should be familiar with major brands of OT and IT equipment
Additional requirements may be set out in the final tender documents.
Minimum level(s) of standards possibly required
Prospective suppliers will be required to be accredited to SOC2 or ISO27001 level (or recognized equivalent)
Prospective suppliers should be able to provide personnel based in the UK (during delivery) who have been through enhanced background vetting or carry current security clearance (SC or above). The same vetting expectation may be required for subcontractors of the supplier who work on the delivery
Prospective suppliers should be knowledgeable in NIST standard SP800-53
Penetration test personnel provided should be CREST accredited.
Additional requirements may be set out in the final tender documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-020844
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 September 2024
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
21 October 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 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 Plc
Perth, Scotland
Country
United Kingdom