Tender

Cloud based workforce management software

  • SCOTTISH HYDRO ELECTRIC TRANSMISSION PLC
  • National Grid Plc.
  • EASTERN GREEN LINK 2 LIMITED
  • EASTERN GREEN LINK 3 LIMITED

F05: Contract notice – utilities

Notice identifier: 2024/S 000-033655

Procurement identifier (OCID): ocds-h6vhtk-04ad72

Published 17 October 2024, 5:38pm



The closing date and time has been changed to:

2 December 2024 - no time specified

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

SCOTTISH HYDRO ELECTRIC TRANSMISSION PLC

Inveralmond House,200 Dunkeld Road

PERTH

PH13AQ

Contact

James Pike

Email

james.pike@sse.com

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.1) Name and addresses

National Grid Plc.

1-3 Strand

London

WC2N 5EH

Contact

James Pike (for this procurement only)

Email

james.pike@sse.com

Country

United Kingdom

Region code

UK - United Kingdom

Companies House

04031152

Internet address(es)

Main address

https://www.nationalgrid.co.uk/

one.1) Name and addresses

EASTERN GREEN LINK 2 LIMITED

No. 1 Forbury Place

Reading

RG1 3JH

Contact

James Pike (for this procurement only)

Email

james.pike@sse.com

Country

United Kingdom

Region code

UK - United Kingdom

Companies House

14682562

Internet address(es)

Main address

https://www.easterngreenlink2.co.uk/

one.1) Name and addresses

EASTERN GREEN LINK 3 LIMITED

No. 1 Forbury Place

Reading

RG1 3JH

Contact

James Pike (for this procurement only)

Email

james.pike@sse.com

Country

United Kingdom

Region code

UK - United Kingdom

Companies House

15764624

Internet address(es)

Main address

https://www.ssen-transmission.co.uk/projects/project-map/eastern-green-link-3/

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

https://sse.app.jaggaer.com/

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/0139312601929B333A18

one.6) Main activity

Other activity

IT software


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Cloud based workforce management software

Reference number

8511

two.1.2) Main CPV code

  • 72268000 - Software supply services

two.1.3) Type of contract

Services

two.1.4) Short description

The Eastern Green Link programme ("EGL") is being delivered as a Joint Venture ("JV") between Scottish Hydro Electric Transmission ("SHET") and National Grid Electricity Transmission ("NGET").

In order to support this capital programme SHET is going to market on behalf of itself and the JV partners for a new software application to support the workforce management of the staff delivering the EGL projects. In addition to the EGL projects, the workforce management software may separately be used for internal projects by the JV partners, including SHET and its SSENT Offshore business area.

This capability encompasses all aspects of people planning, scheduling and allocation to ensure the timely and successful execution of the projects. The delivery team's capability focuses on resource management and forecasting or varying lengths (e.g. Monthly, Annual, 5years, 10years), recruitment tracking, and operational efficiency. It includes aspects of analytics, planning, and capacity management to ensure the project resource is optimised.

The capability supports the creation of detailed people plans, alignment of team skills with project requirements. Furthermore, it integrates with project delivery tooling to provide a comprehensive view of people-related metrics, facilitating informed decision-making and quick response to any project changes or challenges. This capability is crucial for managing a large, geographically dispersed team and ensuring that each phase of the construction adheres to scheduled timelines and quality standards.

At present, the Workforce Planning teams use manual processes which are updated on Excel and Visio. The updates require the resource manager to send multiple forms monthly, where managers are expected to input the relevant information regarding staff changes, new starters, leavers etc. which they then send back to the resource manager who then manually updates the organisation chart and forecasted staff plan.

We anticipate the purchase of a Commercial Off The Shelf, Software As A Service, solution, from a skilled and experienced provider in this field. Current anticipated volumes of users (subject to change) is 135 managers and 3500 colleagues/resources to manage.

two.1.5) Estimated total value

Value excluding VAT: £7,000,000

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

two.2.4) Description of the procurement

**Access to this opportunity is via the SSE Jaggaer Source-To-Contract system. If you are not already registered on our Jaggaer system 1. Please confirm that you meet the minimum participation requirements stated on this notice 2. Email the provided contact, or if no response is received, Alison.Johnson@sse.com**

Full detail of the requirement is provided in the tender documentation

The contracting entities may make additional purchases (such as, but not limited to, modules, licenses, services) from the original supplier utilizing the Negotiated Procedure without prior call for competition.

two.2.5) Award criteria

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

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

We anticipate the award of a contract for an initial term of 3 years with 5 years of extension options to give a potential maximum term of 8 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

We anticipate the award of a contract for an initial term of 3 years with 5 years of extension options to give a potential maximum term of 8 years. Anticipate the option to purchase additional licenses and modules during the term.


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.

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

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/value their solution presents to SHET.

Other/additional requirements may be set out in the final tender documents.

Minimum level(s) of standards possibly required

Prospective suppliers must have a minimum turnover of £14m p.a.

The prospective supplier responding to the opportunity must be the license holder/IP owner of the solution

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 provision of similar requirements.

Minimum level(s) of standards possibly required

The solution data must be stored in the UK/EU.

Prospective suppliers may be required to be accredited to SOC2 or ISO27001 level (or recognized equivalent)

It is desirable that suppliers understand the requirements of the NIS directive.

Additional requirements may be set out in the final tender 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

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

Originally published as:

Date

18 November 2024

Local time

5:00pm

Changed to:

Date

2 December 2024

See the change notice.

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