Xoserve is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Performance Assurance Framework Administrator (PAFA) Services |
Notice type: | Contract Notice - Utilities |
Authority: | Xoserve |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Xoserve is seeking to select and engage with a service provider to fulfil the role of the Performance Assurance Framework Administrator (PAFA) to support with settlement performance assurance for the British gas industry. |
Published: | 18/12/2023 09:38 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Xoserve Ltd
Lansdowne Gate, 65 New Road, Solihull, B91 3DL, United Kingdom
Tel. +44 1212292509, Email: Xoserve.commerical@xoserve.com
Contact: Victoria Zhao
Main Address: https://www.xoserve.com/
NUTS Code: UKG3
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Solihull:-Research-and-development-services-and-related-consultancy-services./PU3Z74G9NU
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Solihull:-Research-and-development-services-and-related-consultancy-services./PU3Z74G9NU to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.6) Main activity:
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Performance Assurance Framework Administrator (PAFA) Services
Reference Number: Not provided
II.1.2) Main CPV Code:
73000000 - Research and development services and related consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Xoserve is seeking to select and engage with a service provider to fulfil the role of the Performance Assurance Framework Administrator (PAFA) to support with settlement performance assurance for the British gas industry.
II.1.5) Estimated total value:
Value excluding VAT: 680,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
76100000 - Professional services for the gas industry.
72300000 - Data services.
79400000 - Business and management consultancy and related services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Performance assurance regime includes an independent Performance Assurance Framework Administrator (PAFA). UNC places an obligation on Xoserve as the CDSP to appoint a single service provider to fill the role, and this tender is to invite third party organizations who can evidence a strong understanding and substantial experience of Gas Settlement to fulfil this position from 5th July 2024, for an initial 2 year term, with a further two 12 month extension periods available. This procurement is a two staged restricted procedure, tenderers are requested to submit their response to SQ stage, and only shortlisted suppliers will be invited to ITT second stage.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals: This position is from 5th July 2024, for an initial 2 year term, with a further two 12 month extension periods available.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of cadidates: A maximum of five bidders will be taken through from the SQ stage to the ITT stage.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.4) Objective rules and criteria for participation
All bidders will be required to complete the SQ stage. Those successful in the SQ stage will be invited to participate in the ITT stage of the process (max of 5 qualified bidders will be put through to the ITT stage).
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.1.6) Deposits and guarantees required:
Not Provided
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.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: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 8 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/01/2024 Time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Solihull:-Research-and-development-services-and-related-consultancy-services./PU3Z74G9NU
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/PU3Z74G9NU
VI.4) Procedures for review
VI.4.1) Review body:
Xoserve Ltd
Lansdowne Gate, 65 New Road, UK-Solihull, B91 3DL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 18/12/2023
Annex A