Private Wire Solar Power Purchase Agreement (PPA Framework)

Award

Value

£0

Classifications

  • Solar installation
  • Electricity, heating, solar and nuclear energy
  • Electricity
  • Solar energy
  • Solar panels
  • Solar photovoltaic modules
  • Battery chargers
  • Electricity distribution and control apparatus
  • Battery packs
  • Photovoltaic cells
  • Solar panel roof-covering work
  • Electricity supply installations
  • Installation services of electricity distribution and control equipment
  • Electricity distribution and related services

Tags

  • award
  • contract

Published

2 years ago

Description

Following a RFI and subsequent competitive process and tender award, Southern Water Services Ltd (SWS) established a Framework panel of Private Wire Solar Power Purchase Agreement (PPA) providers to work in partnership with SWS, to explore and develop onsite and offsite third party funded solar renewable projects.
Southern Water is committed to reducing our energy costs, whilst increasing the amount of renewable generation on sites. This aligns with Southern Water's environmental commitments and the English Water Sectors strategy to become Net Carbon Zero by 2030. 
In scope of this contract are: 
- feasibility studies and development, 
- funding, building and maintenance of private wire solar power purchase agreements
- battery storage opportunities related to the installed solar arrays
- community energy support services linked to the installed solar arrays
- trading platforms and technology e.g. optimisation platform and / or software packages (e.g. Virtual Power Plant)
- commercial opportunities and developments in operating models e.g. flexibility services and opportunities with the Customer’s DNO
- other associated solar products and services

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

GLA 82615 RE:FIT 5 - National Carbon and Energy Performance Contracting Framework

This procurement is being conducted under the open procedure pursuant to regulation 27 of the Public Contracts Regulations as amended (PCR 2015). The Greater London Authority (GLA) is seeking to appoint service providers for the provision of RE:FIT 5 Framework. This framework covers the delivery of energy efficiency services, including: o Project Development, o Design, Construction, o Operations, o Maintenance o Financing of related projects. These services will be delivered across England, Scotland, Wales and Northern Ireland. The Framework will facilitate energy efficiency improvement, renewable energy generation, greenhouse gas emissions reduction and wider performance improvements including changes focused on water consumption. This Framework will be a key component of the GLA's support to Public Sector, Charities, Voluntary, Community and Social Enterprises (VCSEs), and other organisations supported to undertake capital works to deliver decarbonisation measures. Service providers will be required to develop costed proposals to decarbonise, generate energy, and/or improve energy efficiency in the contracting authority's buildings and land assets. They will also be responsible for implementing these proposals, ensuring performance guarantees and guarantee a set level of savings and/or performance over a period of the arrangement. GLA reserve the right to modify the framework scope to include similar services related to decarbonising, energy efficiency improvement, renewable energy generation, greenhouse gas emissions reduction and wider performance improvements including changes focused on water consumption in line with relevant policies. Please note: Bidders are invited to attend a Bidder's briefing on 6 March 2025. The purpose of this event is to allow GLA/TfL to describe the key aspects of the procurement process and the scope. Further details can be found in the invitation to the tender documentation.

Open

PL Solar Panel Repairs and Maintenance

Peterborough Limited’s Energy Services Team are responsible for managing, maintaining and co-ordinating Peterborough City Council’s (PCC) solar photovoltaic (PV) assets. Peterborough Limited (PL) along with a group of contractors have managed the portfolio since PCC took ownership of the portfolio in November 2021 and PL are now tendering for contractors to deliver the maintenance and service provision for the coming 2-4 years. PL is a private limited company wholly owned by PCC. 1.1 PURPOSE PCC own 7653 domestic solar PV assets of differing sizes (between 0.75 and 4 kWp [9.75, 9.8 and 20.3 kWp in Boston]) and a further 64 corporate solar PV assets of differing sizes (between 6 and 200 kWp), all contributing to PCC’s net zero target and to its ongoing maintenance needs via FiT. The solar PV systems are remotely monitored and managed by PL . With the support of the contractor(s) we aim to maintain the solar PV assets when an issue arises, usually identified by our alerts system, sometimes identified by the resident. We expect the contractor(s) to implement industry best practice, and operate to a Quality Management System such as ISO 9001:2015 and be Microgeneration Certification Scheme (MCS certified and working towards the MCS Standard 1.2 SCOPE The contractor(s) will be responsible for contacting residents/nominated contacts to book in a site visit, conducting a ‘health check’ on the solar PV system whilst at site and undertaking approved works to remedy identified issues & producing a job report (that meets a set of requirements including images where appropriate). Refer to Appendix D for the requirements of the health check. The contractor(s) may get requests from residents/nominated contacts to complete actions on behalf of PL these should be immediately referred to PL and not acted upon without express permission or instruction from PL. *LOT C – There may be a requirement to conduct an annual inspection regime on our 64 corporate sites, this would need to cover as a minimum the Intermediate Inspection as detailed in Appendix A with a possibility of a more in-depth inspection meeting the requirements of the Full Inspection on the same Appendix A. It will be on the sole discretion of PL of the type of inspection (i.e. Intermediate or Full) that the contractor will be required to undertake. 1.3 LOCATION LOT A – Northeast [Newcastle, Durham and Sunderland] 2,970 assets (Post Code regions DH4, DH5, NE37, NE38, SR1, SR2, SR3, SR4, SR5, SR6) LOT B – Central [Doncaster, Scunthorpe and Stockport] 1,697 assets (Post Code regions DN9, DN15, DN16, DN17, DN18, DN19, DN20, DN21, DN38, DN39, DN40, SK1, SK2, SK3, SK4, SK5, SK6, SK7, SK8) LOT C – Peterborough [Boston, Peterborough Domestic and Corporate, Corby and Northampton] 1,992 assets (Post Code regions LE16, LN9, NN2, NN3, NN4, NN5, NN14, NN17, NN18, PE1, PE2, PE3, PE4, PE6, PE7, PE8, PE11, PE14, PE15, PE19, PE20, PE21, PE22, PE25, PE26, PE28) LOT D – Southeast [Gravesend] 1,055 assets (Post Code regions DA11, DA12, DA13, ME3) 1.4 CONTRACT TERM The contract is for 2 years with the option to extend 1 year plus 1 year

AI Bid Assistant

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

View Contract Source Save Contract

Organisation

Tommy Tsang

[email protected]

+44 1903272597

Timeline complete

Publish
Bid
Evaluate
Award
Complete