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.1) Name and addresses
National Grid Plc.
1-3 Strand
London
WC2N 5EH
Contact
James Pike (for this procurement only)
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)
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)
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
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