Tender

SSE Service Desk, End User Services, Cloud Operations and SIAM Services

SSE SERVICES PLC

This public procurement record has 1 release in its history.

Tender

03 Feb 2025 at 17:39

Summary of the contracting process

SSE Services Plc is inviting tenders for its SSE Service Desk, End User Services, Cloud Operations, and SIAM Services under the Programme Compass initiative. This procurement aims to modernise the company's IT services, focusing on a cloud-first strategy to improve user experience and efficiency. The contract encompasses services across the UK, the Republic of Ireland, Netherlands, Poland, Spain, France, Italy, Greece, and Japan, covering approximately 20,000 end users. Key dates include an expression of interest deadline on 17 February 2025, and the tender period ending on 10 March 2025. The total contract value is estimated at £300 million over a maximum term of 8 years, including potential extensions.

This tender represents a significant opportunity for businesses specialising in IT services, particularly those with capabilities in service desk operations, end-user support, cloud services, and service integration. Companies with a robust, scalable infrastructure and the ability to manage large-scale, geographically dispersed operations will find this opportunity especially advantageous. Firms with a turnover at least twice the anticipated contract value of £300 million over the last two financial years are encouraged to apply. Engaging with SSE Services Plc in this high-value contract can lead to substantial business growth, strategic partnerships, and enhanced market positioning in the IT service sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

SSE Service Desk, End User Services, Cloud Operations and SIAM Services

Notice Description

SSE Services Plc (the "Authority" and "SSE") is undergoing a service transformation journey, titled Programme Compass, to ensure that the Authority can meet the changing needs of the business as applications are modernised and a cloud first, and cloud native strategy is adopted. As part of Programme Compass, the Authority intends to implement a more focused, responsive and customer centric EUS (End user services), SD (Service Desk), Cloud Operations, and SIAM (service integration and management services). The Authority currently outsource End User Services and IT support services to two main providers, with one providing Service Desk & desk-side support, desktop device support, Service management and Cloud & Infrastructure services and the other providing End User services through a leased model for laptops and mobiles/tablets. The Authority has made the strategic decision to retender these IT services, with a view to improve the user experience, improve efficiency and effectiveness, and enable delivery of IT services in a more seamless way. The Authority is also moving towards a hybrid SIAM model. In this model, the Applicant will act as a Service Integrator (SI), whereby the Applicant focuses on operational execution of key SIAM services, whilst the Authority governs and owns them. The service will support ~20,000 end users (including up to 5% VIP users seeking priority services) across 350 geographically dispersed sites in the UK, Republic of Ireland, Netherlands, Poland, Spain, France, Italy, Greece and Japan (note that the list of these Service locations may be subject to change within the contract). The end user device estate includes large corporate offices and operational facilities, with the breakdown of users consisting of: 16,000 laptops, 1,800 desktops / mini PCs, and 14,500 mobiles / tablets. All stated volumes are indicative and subject to change throughout the procurement process. As a service provider delivering the in scope IT services to the Authority, the Applicant will need to deliver service management capabilities in accordance with the Authority's processes, policies and standards. Such documents shall be shared at the ITT stage. For assurance of supply of services for Service Desk, End User Services and Cloud Level 2 Operations, the Authority intends to within 6 months or as early as possible from the Effective Date (as defined in the Contract), have transitioned all services to the selected service provider. The scope of services is structured into five service towers as follows: Service Tower 1: Service Desk Services Service Tower 2: End User Services Service Tower 3: Service Management Platform and Data Services Service Tower 4: Cloud Level 2 Operations Service Tower 5: Service Integration and Management Services The Authority reserves the right to exclude Service tower 5 from the scope of this tender in the next stage of the procurement. Further information on the Service specification details for each service towers, is outlined in the 'Attachment 2 - PQQ Supplement' that can be downloaded from on the Jaggaer portal, as per section "1.3) Communication" section in this Contract Notice The Applicants intending to participate in the PQQ process will need to email the Authority on Groupit.Sseprocurement@sse.com, with a confirmation of 'Expression of Interest' (EOI) along with details as per Section3 of 'Attachment 2 : PQQ Supplement' document on Jaggaer . The Authority will, in response, share access credentials unique to each applicant, via email for the Applicants to complete a Supplier Registration form. Further help and support will be available for any technical or login assistance via Supplier Helpdesk on the Jaggaer portal. Applicants need to note that, it is important to email the Authority as directed as soon as possible and by 17 February 2025 in order to start the Jaggaer registration process and maximise the response time that is available

Lot Information

Lot 1

Applicants must complete the 'Attachment 1 - PQQ Questionnaire', following all the instructions provided in this PQQ Questionnaire and any additional instructions provided in the 'Applicant Instructions' section of the 'Attachment 2 - PQQ Supplement'. The completed response with any relevant attachments should be submitted via the Jaggaer portal below in advance of the stated PQQ Submission Deadline. As Applicants need to submit their PQQ on Jaggaer, it is important that interested Applicants email the Authority as directed as soon as possible and by 17 February 2025 in order to start the Jaggaer registration process and maximise the response time that is available Jaggaer Portal : https://sse.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=408 The Authority intends to shortlist and invite to participate in the ITT stage up to 6 Applicants, subject to 'PQQ Questionnaire' - Instructions worksheet: Application Selection', who pass all qualifications questions and receive the highest scores. The Authority reserves the right to increase or decrease the number of shortlisted Applicants according to the responses received. The Authority will issue the ITT documentation to shortlisted Applicants via Jaggaer. The detail of the remainder of the procurement process will be set out in the ITT documentation. The following is a high level overview of our approach to the ITT process under the negotiated procedure that the Contracting Entity expects to follow which may be subject to change: Following receipt of initial tenders, the Authority shall evaluate them in accordance with the evaluation methodology set out in the ITT documentation. The Authority may at its discretion in accordance with the evaluation criteria reduce the number of Applicants to be invited to participate in further rounds. A working demonstration via presentation of the proposed products & services may be required during the ITT stage of this procurement. The Authority reserves the right to down-select Applicants prior to the solution presentation phase of the procurement process. The detail of the negotiation stage will be set out in the ITT documentation. The Authority reserves the right not to negotiate any Tender received during the negotiated procedure. At the end of the ITT stage, the Authority will require Applicants to submit Final Tenders. Information on the Final Tender submission requirements and on the award criteria that will be used to evaluate Final Tenders will be included in the tender documentation. Additional information: Total anticipated Contract value as a result of this procurement (excluding VAT) is estimated at PS300m over course of the maximum contract term of 8 years, including spend related to additional Project SOW call-offs and any CCNs (Contract change notices). This estimated spend figure is subject to change during the further stages of this procurement including but not limited to ongoing business demands, or future market conditions. The Suppliers interested in bidding for this Procurement will need to have an Annual turn over at least 2 times this anticipated Total contract value (PS300 Mn), and they will need to evidence the same based on last 2 Financial years statements of accounts, as requested in Section 4 of 'Attachment 1 - PQQ Questionnaire (Section A_PQQ - General, sub-section 4. 'Financial Standing') Variance based on level of change and contract options. All dates are subject to change. Applicants should note that the services will be used by the Authority and its affiliates, which may include but is not limited to SSE Airtricity. The ITT Draft Agreement will contain provisions allowing the Authority to enter into work orders for the Authority and/or its affiliates to receive additional services from the successful Applicant. The procurement is being conducted as a single cross-border procurement by the Authority on behalf of itself and its affiliates under UK procurement law (the Utilities Contracts Regulations 2016) transposing the Utilities Directive 2014/25/EU. A parallel OJEU contract notice is being published on a voluntary basis and for information only, to ensure potential suppliers interested in participating in this procurement are aware of the contract opportunity. For the avoidance of doubt, the procurement is governed by English law.

Options: The Contracting Authority reserves the right to extend the term of the agreement (either of Initial Term or/and Optional extension terms).

Renewal: Optional annual extension of 3 x 12 months, at the discretion of SSE

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04db3f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003550-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

30 - Office and computing machinery, equipment and supplies except furniture and software packages

48 - Software package and information systems

50 - Repair and maintenance services

72 - IT services: consulting, software development, Internet and support


CPV Codes

30211000 - Mainframe computer

30212000 - Minicomputer hardware

30213000 - Personal computers

30214000 - Workstations

30215000 - Microcomputer hardware

30231000 - Computer screens and consoles

30232000 - Peripheral equipment

30233000 - Media storage and reader devices

30234000 - Storage media

30236000 - Miscellaneous computer equipment

30237000 - Parts, accessories and supplies for computers

48710000 - Backup or recovery software package

48730000 - Security software package

48750000 - Storage media loading software package

48760000 - Virus protection software package

48770000 - General, compression and print utility software package

48780000 - System, storage and content management software package

48920000 - Office automation software package

50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment

72000000 - IT services: consulting, software development, Internet and support

72510000 - Computer-related management services

Notice Value(s)

Tender Value
£300,000,000 £100M-£1B
Lots Value
£300,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Feb 20251 years ago
Submission Deadline
10 Mar 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SSE SERVICES PLC
Additional Buyers

SSE AIRTRICITY LIMITED

Contact Name
Group IT - SSE Procurement
Contact Email
groupit.sseprocurement@sse.com
Contact Phone
Not specified

Buyer Location

Locality
READING
Postcode
RG1 3JH
Post Town
Reading
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ16 Berkshire West
Delivery Location
TLD North West (England), TLG West Midlands (England), TLK South West (England), TLL Wales, TLN Northern Ireland

Local Authority
Reading
Electoral Ward
Thames
Westminster Constituency
Reading Central

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04db3f-2025-02-03T17:39:35Z",
    "date": "2025-02-03T17:39:35Z",
    "ocid": "ocds-h6vhtk-04db3f",
    "description": "The Authority reserves the right (in it sole and absolute discretion and without liability to any economic operator) to make changes to the procurement at any time, to cancel the procurement process at any time and to not award a contract",
    "initiationType": "tender",
    "tender": {
        "id": "Project_8429",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "SSE Service Desk, End User Services, Cloud Operations and SIAM Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72510000",
            "description": "Computer-related management services"
        },
        "mainProcurementCategory": "services",
        "description": "SSE Services Plc (the \"Authority\" and \"SSE\") is undergoing a service transformation journey, titled Programme Compass, to ensure that the Authority can meet the changing needs of the business as applications are modernised and a cloud first, and cloud native strategy is adopted. As part of Programme Compass, the Authority intends to implement a more focused, responsive and customer centric EUS (End user services), SD (Service Desk), Cloud Operations, and SIAM (service integration and management services). The Authority currently outsource End User Services and IT support services to two main providers, with one providing Service Desk & desk-side support, desktop device support, Service management and Cloud & Infrastructure services and the other providing End User services through a leased model for laptops and mobiles/tablets. The Authority has made the strategic decision to retender these IT services, with a view to improve the user experience, improve efficiency and effectiveness, and enable delivery of IT services in a more seamless way. The Authority is also moving towards a hybrid SIAM model. In this model, the Applicant will act as a Service Integrator (SI), whereby the Applicant focuses on operational execution of key SIAM services, whilst the Authority governs and owns them. The service will support ~20,000 end users (including up to 5% VIP users seeking priority services) across 350 geographically dispersed sites in the UK, Republic of Ireland, Netherlands, Poland, Spain, France, Italy, Greece and Japan (note that the list of these Service locations may be subject to change within the contract). The end user device estate includes large corporate offices and operational facilities, with the breakdown of users consisting of: 16,000 laptops, 1,800 desktops / mini PCs, and 14,500 mobiles / tablets. All stated volumes are indicative and subject to change throughout the procurement process. As a service provider delivering the in scope IT services to the Authority, the Applicant will need to deliver service management capabilities in accordance with the Authority's processes, policies and standards. Such documents shall be shared at the ITT stage. For assurance of supply of services for Service Desk, End User Services and Cloud Level 2 Operations, the Authority intends to within 6 months or as early as possible from the Effective Date (as defined in the Contract), have transitioned all services to the selected service provider. The scope of services is structured into five service towers as follows: Service Tower 1: Service Desk Services Service Tower 2: End User Services Service Tower 3: Service Management Platform and Data Services Service Tower 4: Cloud Level 2 Operations Service Tower 5: Service Integration and Management Services The Authority reserves the right to exclude Service tower 5 from the scope of this tender in the next stage of the procurement. Further information on the Service specification details for each service towers, is outlined in the 'Attachment 2 - PQQ Supplement' that can be downloaded from on the Jaggaer portal, as per section \"1.3) Communication\" section in this Contract Notice The Applicants intending to participate in the PQQ process will need to email the Authority on Groupit.Sseprocurement@sse.com, with a confirmation of 'Expression of Interest' (EOI) along with details as per Section3 of 'Attachment 2 : PQQ Supplement' document on Jaggaer . The Authority will, in response, share access credentials unique to each applicant, via email for the Applicants to complete a Supplier Registration form. Further help and support will be available for any technical or login assistance via Supplier Helpdesk on the Jaggaer portal. Applicants need to note that, it is important to email the Authority as directed as soon as possible and by 17 February 2025 in order to start the Jaggaer registration process and maximise the response time that is available",
        "value": {
            "amount": 300000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Applicants must complete the 'Attachment 1 - PQQ Questionnaire', following all the instructions provided in this PQQ Questionnaire and any additional instructions provided in the 'Applicant Instructions' section of the 'Attachment 2 - PQQ Supplement'. The completed response with any relevant attachments should be submitted via the Jaggaer portal below in advance of the stated PQQ Submission Deadline. As Applicants need to submit their PQQ on Jaggaer, it is important that interested Applicants email the Authority as directed as soon as possible and by 17 February 2025 in order to start the Jaggaer registration process and maximise the response time that is available Jaggaer Portal : https://sse.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=408 The Authority intends to shortlist and invite to participate in the ITT stage up to 6 Applicants, subject to 'PQQ Questionnaire' - Instructions worksheet: Application Selection', who pass all qualifications questions and receive the highest scores. The Authority reserves the right to increase or decrease the number of shortlisted Applicants according to the responses received. The Authority will issue the ITT documentation to shortlisted Applicants via Jaggaer. The detail of the remainder of the procurement process will be set out in the ITT documentation. The following is a high level overview of our approach to the ITT process under the negotiated procedure that the Contracting Entity expects to follow which may be subject to change: Following receipt of initial tenders, the Authority shall evaluate them in accordance with the evaluation methodology set out in the ITT documentation. The Authority may at its discretion in accordance with the evaluation criteria reduce the number of Applicants to be invited to participate in further rounds. A working demonstration via presentation of the proposed products & services may be required during the ITT stage of this procurement. The Authority reserves the right to down-select Applicants prior to the solution presentation phase of the procurement process. The detail of the negotiation stage will be set out in the ITT documentation. The Authority reserves the right not to negotiate any Tender received during the negotiated procedure. At the end of the ITT stage, the Authority will require Applicants to submit Final Tenders. Information on the Final Tender submission requirements and on the award criteria that will be used to evaluate Final Tenders will be included in the tender documentation. Additional information: Total anticipated Contract value as a result of this procurement (excluding VAT) is estimated at PS300m over course of the maximum contract term of 8 years, including spend related to additional Project SOW call-offs and any CCNs (Contract change notices). This estimated spend figure is subject to change during the further stages of this procurement including but not limited to ongoing business demands, or future market conditions. The Suppliers interested in bidding for this Procurement will need to have an Annual turn over at least 2 times this anticipated Total contract value (PS300 Mn), and they will need to evidence the same based on last 2 Financial years statements of accounts, as requested in Section 4 of 'Attachment 1 - PQQ Questionnaire (Section A_PQQ - General, sub-section 4. 'Financial Standing') Variance based on level of change and contract options. All dates are subject to change. Applicants should note that the services will be used by the Authority and its affiliates, which may include but is not limited to SSE Airtricity. The ITT Draft Agreement will contain provisions allowing the Authority to enter into work orders for the Authority and/or its affiliates to receive additional services from the successful Applicant. The procurement is being conducted as a single cross-border procurement by the Authority on behalf of itself and its affiliates under UK procurement law (the Utilities Contracts Regulations 2016) transposing the Utilities Directive 2014/25/EU. A parallel OJEU contract notice is being published on a voluntary basis and for information only, to ensure potential suppliers interested in participating in this procurement are aware of the contract opportunity. For the avoidance of doubt, the procurement is governed by English law.",
                "value": {
                    "amount": 300000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Optional annual extension of 3 x 12 months, at the discretion of SSE"
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The Contracting Authority reserves the right to extend the term of the agreement (either of Initial Term or/and Optional extension terms)."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30211000",
                        "description": "Mainframe computer"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30212000",
                        "description": "Minicomputer hardware"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30213000",
                        "description": "Personal computers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30214000",
                        "description": "Workstations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30215000",
                        "description": "Microcomputer hardware"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30231000",
                        "description": "Computer screens and consoles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30232000",
                        "description": "Peripheral equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30233000",
                        "description": "Media storage and reader devices"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30234000",
                        "description": "Storage media"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30236000",
                        "description": "Miscellaneous computer equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30237000",
                        "description": "Parts, accessories and supplies for computers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48710000",
                        "description": "Backup or recovery software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48730000",
                        "description": "Security software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48750000",
                        "description": "Storage media loading software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48760000",
                        "description": "Virus protection software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48770000",
                        "description": "General, compression and print utility software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48780000",
                        "description": "System, storage and content management software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48920000",
                        "description": "Office automation software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50300000",
                        "description": "Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "EL"
                    },
                    {
                        "region": "ES"
                    },
                    {
                        "region": "FR"
                    },
                    {
                        "region": "IE"
                    },
                    {
                        "region": "IT"
                    },
                    {
                        "region": "NL"
                    },
                    {
                        "region": "PL"
                    },
                    {
                        "region": "JP"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "crossBorderLaw": "English Law",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://sse.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=408",
        "documents": [
            {
                "id": "economic1",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical1",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "tendererLegalForm": "Where a group of economic operators is bidding, SSE may require the group to assume a specific legal form for the purpose of the award of the contract, or to require that each economic operator assumes joint and several liability The Authority may require that suppliers provide a parent company guarantee/guarantees or other form of suitable security. Further details will be provided in the procurement documents"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "secondStage": {
            "successiveReduction": true,
            "invitationDate": "2025-04-22T00:00:00+01:00"
        },
        "tenderPeriod": {
            "endDate": "2025-03-10T17:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 360
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "Any proceedings relating to a breach of a duty owed by SSE to an economic operator under the Utilities Contracts Regulations 2016 in relation to this procurement must be started within 30 days beginning with the date when the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen unless the court considers that there is a good reason for extending the time limit, in which case the court may extend the time limit up to a maximum of 3 months from that date."
    },
    "parties": [
        {
            "id": "GB-COH-02366879",
            "name": "SSE SERVICES PLC",
            "identifier": {
                "legalName": "SSE SERVICES PLC",
                "id": "02366879",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "43 Forbury Road",
                "locality": "READING",
                "region": "UK",
                "postalCode": "RG13JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Group IT - SSE Procurement",
                "email": "groupit.sseprocurement@sse.com",
                "url": "https://sse.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=408"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.sse.com/",
                "buyerProfile": "https://www.sse.com/",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "ELECTRICITY",
                        "description": "Electricity"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-331742",
            "name": "SSE AIRTRICITY LIMITED",
            "identifier": {
                "legalName": "SSE AIRTRICITY LIMITED",
                "id": "331742",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Red Oak South, South County Business Park, Leopardstown",
                "locality": "Dublin",
                "region": "IE",
                "postalCode": "Dublin 18",
                "countryName": "Ireland"
            },
            "contactPoint": {
                "name": "Group IT - SSE Procurement",
                "email": "Groupit.Sseprocurement@sse.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.sseairtricity.com/",
                "buyerProfile": "https://www.sseairtricity.com/"
            }
        },
        {
            "id": "GB-FTS-136908",
            "name": "High Court,",
            "identifier": {
                "legalName": "High Court,"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-COH-02366879",
        "name": "SSE SERVICES PLC"
    },
    "language": "en"
}