Opportunity

Provision of a Pre-payment & Credit (Natural Gas) Metering Solution and Associated Services - Data Management & Electronic Cash Collection

  • Phoenix Natural Gas Ltd

F05: Contract notice – utilities

Notice reference: 2022/S 000-002090

Published 24 January 2022, 10:45pm



Section one: Contracting entity

one.1) Name and addresses

Phoenix Natural Gas Ltd

197 Airport Road West

Belfast

BT3 9ED

Contact

Chris Losty

Email

christopher.losty@phoenixgroupni.com

Telephone

+44 2890555817

Country

United Kingdom

NUTS code

UKN - Northern Ireland

Internet address(es)

Main address

www.phoenixnaturalgas.com

Buyer's address

www.phoenixnaturalgas.com

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://e-sourcingni.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://e-sourcingni.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Production, transport and distribution of gas and heat


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of a Pre-payment & Credit (Natural Gas) Metering Solution and Associated Services - Data Management & Electronic Cash Collection

two.1.2) Main CPV code

  • 38552000 - Electronic meters

two.1.3) Type of contract

Supplies

two.1.4) Short description

This tender process is being led by Phoenix Natural Gas Limited in conjunction with, and for the benefit of, all of the clients specified in Section VI.3 below.

The clients are seeking to establish a framework agreement (with a potential maximum 8 year duration) under which the clients may (at their discretion) enter into separate call-off contracts for the provision of supplies and services (including optional support services) by the successful suppliers/service providers. Further details of the supplies and services required are set out in the specification, made available with this notice, however at a headline level, this opportunity relates to the provision of an overall pre-payment and credit solution in connection with the supply of natural gas metering equipment (domestic) and associated services - i.e. data management and electronic cash collection services/ online payment platform. The framework agreement is divided into Lots, as follows:

Lot 1: Supply of Pre-payment enabled & Credit Metering Equipment Only

Lot 2: Provision of Meter Management/ Data Collection System Only

Lot 3: Provision of Electronic Cash Collection Services Network Only

two.1.5) Estimated total value

Value excluding VAT: £83,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Lot 1: Supply of Pre-payment Enabled and Credit Metering Equipment Only

Lot No

1

two.2.2) Additional CPV code(s)

  • 38551000 - Energy meters

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

Various locations throughout Northern Ireland.

two.2.4) Description of the procurement

Lot 1 is for the supply of pre-payment enabled & credit natural gas metering equipment to be utilised by domestic customers. The meter will be a stand-alone gas metering solution without the requirement for a wired connection for power supply or connectivity. The meter must be compatible with a Meter Management System to facilitate the provision of both online and physical payment via retail outlets, in accordance with Lot 2 and Lot 3 of the framework agreement, as detailed in this contract notice. Further details of the clients’ requirements are available in the Specification released with this contract notice.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £49,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

It would be anticipated that, subject to a sufficient number of compliant responses being received, a maximum of the top six scoring Applicants (plus ties, if applicable) from the PQQ stage would be invited to proceed to the Invitation (ITT) Stage for each Lot.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Applicants may be in the form of Consortia.

The estimated value of this Lot is between £23,000,000 and £49,000,000. The maximum value range represents the estimated maximum potential value of work that could be awarded under this Lot in the event that the Utility Regulator approves an accelerated roll out of meter replacement. Please note that, in the absence of such approval, the lower value represents the clients’ current expectations of the estimated maximum potential value of work that could be awarded under this Lot.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Phoenix Natural Gas Ltd reserve the right at any time to: reject any, or all, responses and to cancel or withdraw from this procurement process at any stage; award a Contract without prior notice; change the basis, the procedures and timescales set out - or referred to - within the tender documentation; require any Applicant or subsequent Tenderer, to clarify any submissions.

two.2) Description

two.2.1) Title

Lot 2: Provision of Meter Management/Data Collection System Only

Lot No

2

two.2.2) Additional CPV code(s)

  • 48612000 - Database-management system
  • 72314000 - Data collection and collation services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

Various locations throughout Northern Ireland.

two.2.4) Description of the procurement

Lot 2 is for the supply of a data management system capable of reading customer usage, meter reading and meter health data for transmission back to either the Network Operators and/or Gas Suppliers and includes options in relation to the provision of ongoing support services. The system must be compatible with the accompanying meter, to have the provision of both online and physical payment via retail outlets. It must provide or fully interact with an online payment facility. The system must be user friendly and intuitive. Further details of the clients’ requirements are available in the Specification released with this contract notice.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £15,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

It would be anticipated that, subject to a sufficient number of compliant responses being received, a maximum of the top six scoring Applicants (plus ties, if applicable) from the PQQ stage would be invited to proceed to the Invitation (ITT) Stage for each Lot.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Applicants may be in the form of Consortia.

The estimated value of this Lot is between £7,000,000 and £15,000,000. The maximum value range represents the estimated maximum potential value of work that could be awarded under this Lot in the event that the Utility Regulator approves an accelerated roll out of meter replacement. Please note that, in the absence of such approval, the lower value represents the clients’ current expectations of the estimated maximum potential value of work that could be awarded under this Lot.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Phoenix reserve the right at any time to: reject any, or all, responses and to cancel or withdraw from this procurement process at any stage; award a Contract without prior notice; change the basis, the procedures and timescales set out - or referred to - within the tender documentation; require any Applicant or subsequent Tenderer, to clarify any submissions

two.2) Description

two.2.1) Title

Lot 3: Provision of Electronic Cash Collection Services Network Only

Lot No

3

two.2.2) Additional CPV code(s)

  • 79941000 - Toll-collection services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

Various locations throughout Northern Ireland.

two.2.4) Description of the procurement

Lot 3 is for the supply of an electronic/ online payment platform from which payment for gas can be made by domestic customers in advance of gas usage and includes options in relation to the provision of ongoing support services. The platform must have the capability of remote top-up technology (i.e. web portal and mobile phone application) whilst retaining flexibility for consumers to top-up remotely via retail outlets using commonly used payment methods (including cash). Further details of the clients’ requirements are available in the Specification released with this contract notice.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £19,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

It would be anticipated that, subject to a sufficient number of compliant responses being received, a maximum of the top six scoring Applicants (plus ties, if applicable) from the PQQ stage would be invited to proceed to the Invitation (ITT) Stage for each Lot.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Applicants may be in the form of Consortia.

The estimated value of this Lot is between £10,000,000 and £19,000,000. The maximum value range represents the estimated maximum potential value of work that could be awarded under this Lot in the event that the Utility Regulator approves an accelerated roll out of meter replacement. Please note that, in the absence of such approval, the lower value represents the clients’ current expectations of the estimated maximum potential value of work that could be awarded under this Lot.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Phoenix reserve the right at any time to: reject any, or all, responses and to cancel or withdraw from this procurement process at any stage; award a Contract without prior notice; change the basis, the procedures and timescales set out - or referred to - within the tender documentation; require any Applicant or subsequent Tenderer, to clarify any submissions


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Interested Parties should search for the relevant project at https://e-sourcingni.bravosolutions.co.uk. For those wishing to participate, they

must first complete and submit the relevant PQQ on, or before, the due date. Phoenix, along with the other clients and in accordance with the PQQ, shall draw up a short-list of Applicants for each Lot as described above, based upon the completed PQQs received. Those shortlisted Applicants will then be invited to the tender stage which shall involve the completion and submission of, on or before a pre-determined time and date, an Invitation to Tender document. The responses submitted shall be evaluated and a further short-list may be drawn up from which a presentation/ negotiation stage may follow. Ultimately the most economically advantageous tender(s) for each Lot will (subject to Phoenix's ability to terminate the tender process (for all or any Lots) at any time at its discretion) be awarded a place on the framework agreement for that Lot(s).

three.1.6) Deposits and guarantees required

Phoenix and the clients each reserve the right to require bonds, deposits, guarantees or other forms of undertaking or security to ensure proper contractual performance.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

As stated in the tender documentation.

three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

Subject to the status and involvement of the parties, an Applicant may be required to commit to joint and several liability in respect of any contract awarded. Alternatively, the lead operator may be required to take total responsibility or a consortium to form a legal entity before entering into any contract.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the tender documentation.


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 several operators

Envisaged maximum number of participants to the framework agreement: 3

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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

Date

16 February 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

28 February 2022

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: 6 (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 invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The clients who may ultimately avail of any Framework Agreement(s) consist of Natural Gas Network Operators and Natural Gas Suppliers.

The Network Operators consist of:

1. Phoenix Natural Gas Limited.

2. Firmus Energy (Distribution) Limited.

3. SGN Natural Gas Limited.

The Gas Suppliers consist of:

1. Firmus Energy (Supply) Limited.

2. SSE Airtricity Gas Supply (NI) Limited.

Not all of the clients shall require all of the Supplies/ Services referred to in the above Lots. The clients’ potential purchase requirements are anticipated to be as follows:

• Lot 1: all 3 Network Operators

• Lot 2: all 3 Network Operators and both Gas Suppliers. Due to applicable data protection requirements, it is however anticipated that the Network Operators and Gas Suppliers will require different functionality from the Meter Management/Data Collection System.

• Lot 3: both Gas Suppliers only.

Applicants are permitted to apply for one or more (or any combination of) Lots. It is the clients’ intention, following conclusion of the tender process, to appoint a single supplier (whether a consortium or a single legal entity) to each Lot. The clients reserve the right however to terminate the tender process for all or any Lots, at any time, at their discretion. Applicants wishing to be considered, must first complete a Pre-qualification Questionnaire (PQQ) which - amongst other criteria - will require them to state which Lot they are interested in tendering for. Only those Applicants that successfully pass the PQQ stage shall be invited to complete the relevant tender documentation.

This framework agreement is being procured competitively in accordance with the Utilities Contracts Regulations 2016 (as amended). The procedure to be followed for this procurement is the negotiated procedure. The costs of responding to this notice and participation in the process will be borne by each participating entity. All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. Any subsequent formal contract(s) shall not be binding until they have been signed and dated by the duly authorised representatives of each of the participating parties.

Note also additional text to para. III.1.4) which is continued here due to limitations in text space at previous section:

Whilst Phoenix reserves the right to terminate the tender process for all or any Lot(s) or award a contract for each of the Lot(s) at different times at its discretion, it is currently anticipated that, to ensure the viability of the overall project, any contracts for each of the Lots will most likely be awarded at the same time.

six.4) Procedures for review

six.4.1) Review body

High Court of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

BT1 3JF

Email

office@courtsni.gov.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Phoenix will incorporate a minimum 10 calendar day standstill period at the point information on the award of contract is communicated to all participating entities. The standstill period provides time for

unsuccessful participating entities to challenge the award decision before the contract is entered into. The Utilities Contracts Regulations 2016 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (Northern Ireland).