Digital Directorate Partner

Planned

Value

£400,000,000

Classifications

  • Information technology services

Tags

  • planning

Submission Deadline

1 year ago

Published

1 year ago

Description

Scottish Water Digital Directorate is accountable for delivering digital and technology services and solutions that deliver measurable value to our core business. In order to do this, we work closely with our business colleagues to deliver value and support the attainment of our strategic objectives. Over the last number of years, we have delivered on our cloud first strategy and replaced much of our enterprise legacy applications with modern evergreen SaaS solutions, examples include but are not limited to Salesforce, Microsoft Dynamics, Workday, Oracle fusion, Oracle Primavera and IBM Maximo. We have invested in Microsoft Azure as our primary cloud platform where we build and run innovative solutions for our business. Scottish Water are modernising our network offerings, our strategy is to move to a software defined network approach.    
Building on this and to support emerging business, customer, and regulatory requirements Scottish Water need a digital supply chain that enables expedient solutions delivery whilst supporting the ongoing maintenance and evergreening of our infrastructure, through recognised industry best practice.
The convergence of IT and OT has accelerated as our assets become increasingly connected to the internet using a growing array of sensors and driven by opportunities to enhance service, reduce cost and carbon emissions via an intelligent asset base.  In doing so, the solutions we employ must comply with Network & Information Systems (NIS) directive. Supplier arrangements  that seamlessly integrate these complex and high-scale digital innovations with engineering practices across capital investment are essential and we are exploring how such arrangements can align with the 'enterprise' model described here: https://www.project13.info/about-project13/
Scottish Water are looking for supplier arrangements which operate at scale, with demonstrable breadth of experience, portfolio and subject matter resources, as well as the ability to manage a wider supply chain where required. Within this we may also be looking for direct interaction with niche suppliers where necessary. We require a supply chain that delivers knowledge, expertise of modern technology, provides access to innovation, and can act as both integrator and expert adviser on Artificial Intelligence (AI), automation, digital twins and other relevant technologies. Scottish Water's intention is to build supplier relationships with those who have a clear strategy and methodology which supports and develops modern engineering practices such as  Platform Engineering, DevOps, CI/CD, Automation, Software Defined Networking,  Zero Trust,  IT/OT convergence and who are capable of continuously implementing technology transformation in a secure way.
Scottish Water requires access to digital skills as well as product, programme and project support in a flexible way to achieve objectives under its Digital Strategy, whilst building relationships with suppliers who can partner in maturing our digital strategy, and implementing and transferring knowledge, as well as leveraging frontier technology.
Scottish Water's digital strategy is to:
•	Empower and enable our people and partners to be more effective
•	Improve decision-making through data-driven insights
•	Enhance productivity and efficiency through innovation and automation.
•	Safeguard and protect our business, data and customers from digital threats
The scope of the procurement(s) is likely to include some or all of the following services both for build and run. We are interested in market views as to how best to group these services for procurement and intend to issue a questionnaire on this shortly. 
•	Network Services
•	Security Services
•	Operational Technology Services  
•	End User Services
•	Application (Product) Services
•	Cloud Services
•	Data & Analytics services
The potential scope of these services will be described in the questionnaire.

Similar Contracts

Open

Home Office English Language Testing (HOELT) Services

The Home Office English Language Test (HOELT) Programme vision is to deliver a best-in-class language testing service, underpinned by automation and efficiency to enable critical UK Visa and Immigration decision making. To do this, we need to deliver a secure, accessible and fair English Language Testing service for our customers.   This procurement seeks a fully remote language testing service, balancing continuity with improvements and transformation. HOELT will move to a digital-by-default approach, while upholding the rigorous standards necessary to support our immigration decisions. The successful provider will deliver a service that combines technological innovation with security assurance, enabling customers to demonstrate their English language skills with confidence and convenience throughout their UK immigration journey.  Overview of the Service: The Supplier shall provide a fully managed Remote Testing service.  HOELTs shall be delivered securely in any location where the Customer chooses to take the test, provided secure test conditions are met.  The HOELTs shall be available in two formats:   2-Facet: Speaking and Listening (A1 to C2)   4-Facet: Speaking, Listening, Reading, and Writing (A1 to C2)  The HOELT Fees shall be regulated, as determined by the Authority. All HOELT scores shall map clearly to CEFR levels A1 to C2, as published by the Council of Europe.  Authority recognises that there is significant uncertainty regarding future demand for English Language Testing (ELT) services in each country and location, the advertised contract value must be concidered in this context. This uncertainty arises from a combination of factors, including:  Ongoing changes to UK immigration policy following the Immigration White Paper;  The transition to a new contracting model for the delivery of ELT services;  Broader external influences such as global events, geopolitical developments, environmental disruptions, and demographic shifts.  Given this context, the Authority is unable to provide indicative forecasts or guarantees regarding future test volumes. The Service must therefore be demonstrably scalable and responsive to fluctuations in demand, both increases and decreases. The Supplier shall proactively manage changes in demand and demonstrate flexibility in adapting to evolving Service requirements throughout the Term. Please note, five Requests for Information (RFIs) have been run as part of market engagement to inform this procurement. Links to the notices published in relation to the market engagement are below for further information: RFI 1: https://www.find-tender.service.gov.uk/Notice/027422-2024 RF 2: https://www.find-tender.service.gov.uk/Notice/035979-2024 RFI 3: https://www.find-tender.service.gov.uk/Notice/014337-2025 RFI 4: https://www.find-tender.service.gov.uk/Notice/036839-2025 RFI 5: https://www.find-tender.service.gov.uk/Notice/054810-2025

Katy Reed

Published 4 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Paul McDonald

[email protected]

+44 1414830344

Timeline planned