HS1 Ltd - Electricity Supply Contract - Call for Competition

Award

Buyers

Value

£0

Classifications

  • Electricity
  • Electricity supplies

Tags

  • award
  • contract

Published

1 year ago

Description

HS1 Limited has an Electricity volume requirement for both traction and non-traction of c.220 GWh p.a. and is seeking to procure its next generation Electricity Supply Contract (ESC) which will have a duration of up to 5 years. The new contract will have an initial lead in period from April 2024 to allow for forward planning and purchasing and will become live for Supply from 1 April 2025. The ESC will need to be strategically aligned to HS1`s Sustainability Strategy and will need to facilitate 100% renewable energy. There is a specific requirement for the ESC to sleeve trades from current and future Corporate Power Purchase Agreements which will account for the majority of baseload power.  An NDA must be populated and signed before a copy of the RFP can be sent to you.  The NDA template can you be found within the external documents area. Please send this via the messaging area of this opportunity

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Bypass the hassle of outdated portals.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

Solar PV at Grange Leisure and Community Centre

We are delighted to extend this invitation to tender for the design and installation of a roof mounted Solar PV system at Grange Leisure and Community Centre in Swindon. The proposed project seeks to optimise the existing roof space, providing opportunity for electricity generation as part of our continued efforts to reduce our carbon footprint. We invite experienced firms with a proven track record in Solar PV design and installation to participate in this tender process. Your expertise and knowledge will play a fundamental role in the success of this major investment. We look forward to receiving your proposals and collaborating on this project. Who are we? The Parkwood Group of companies are leading providers of support services to public and private sector clients. The Group employs over 4,500 people throughout the UK providing services which include leisure management, green space management, healthcare, consultancy, and management of PFI projects. Timescales Milestone Date Tender issue 13/10/2025 Tender deadline 14/11/2025 Tender review 17/11/2025 - 28/11/2025 Tender clarifications 28/11/2025 - 12/12/2025 Tender award 08/01/2026 Detailed design phase TBC Proposed construction start TBC Contact information If you have any questions with regards to this tender, or would like to arrange a site visit, please contact Lee Wiseman, the site manager via email - [email protected] and Joel Kirby, Parkwood Leisure Energy and Sustainability Manager - [email protected] 1.0 - Scope of works 1.1 - Existing site Information The solar PV system shall generate electricity from sunlight using photovoltaic panels. The system shall consist of solar panels, mounting structures, inverters, electrical wiring, and associated components. Address: Grange Leisure and Community Centre, Grange Dr, Swindon SN3 4JY The roof shown in red should be considered as part of this tender return. Structural assessment should be carried out to assess additional loads and should be considered as part of the tender return. Category Consideration Requirement Statutory consents Permitted development Required. Subject to prior approval. This will be submitted by the successful tenderer. Planning permission Subject to prior approval. This will be submitted by the successful tenderer. Listed building consent Not required. Conservation area No. DNO G99 application must be submitted by the successful tenderer. Any follow-up permissions, such as G100 and continued liaison with the DNO is the responsibility of the successful tenderer. This includes witness testing which is to be performed at no impact to the operation of the facility. Building regulations Contractor must conform to all relevant building regulations. Environment Solar shading analysis Required. Glare analysis Not required. *subject to prior approval conditions. Roof compatibility Orientation Options available. Structural assessment Required. Roof defects / condition Not to our knowledge. Materials Mix, to be confirmed on the site visit. Age Warranty No. Access Scaffold Budget Budget Constraints The project budget is £50,000+VAT. This should be considered within tender returns. Electrical infrastructure The contractor must ensure that the mains distribution has sufficient capacity to handle the additional load and that the wiring and components are in good condition. It may be necessary to upgrade or make adjustments to the electrical infrastructure during the installation process. Comments: To be reviewed during site visits. Document checklist Provided by the client Document Appendix Building plans - showing plant / switch room location Site visit required. Roof plan Appendix 1 Roof surface O&M Site visit required. Electricity consumption data Appendix 4 Electrical schematics incl. metering strategy N Photographs of roof areas and switch rooms Appendix 3 Asbestos report Appendix 2 Compartmentation plans To be confirmed Fire Safety RC62 Checklist Appendix 5 Project outcomes Provided by the client Energy goals Comments (Y/N) Offset a certain percentage of energy consumption The scheme should be suited to the roof size, building load as designed by the contractor and budget highlighted above. Completely energy independent No Contribute to environmental sustainability - Employer's requirements Solar panels The manufacturer, type and model of solar panel modules can be selected by the tenderer, subject to approval by PL. The panels shall meet international standards for performance, durability, and safety. Mounting structures The mounting structures shall securely support the solar panels on the desired installation location (e.g., ballasted - rooftop). The structures shall be made of corrosion-resistant materials suitable for outdoor installation. The design shall take into account wind loads, snow loads, and other environmental considerations specific to the installation location - in accordance with the structural information provided. Inverters The solar PV system shall include grid-tied inverters capable of converting the DC power generated by the solar panels into AC power for use or export to the grid. The required manufacturer for this scheme is Solis. The inverters shall have a minimum efficiency of 93 - 96%. The inverters shall meet relevant international safety standards and have built-in protection mechanisms against overvoltage, overcurrent, and other electrical faults. Inverters should be located in well-ventilated spaces that do not exceed the optimum / recommended operating temperatures. Inverters should always be mounted on fire-rated surfaces. Inverters should be installed as close to the solar array as possible to reduce power losses. Inverters should be protected from the elements, positioned away from direct sunlight, rain, snow, etc. Electrical wiring and protection The system shall include appropriate electrical wiring to interconnect the solar panels, inverters, and other components. The wiring shall be sized correctly to minimise losses and comply with local electrical codes and regulations. Protection devices, such as surge protectors, circuit breakers, and disconnect switches, shall be installed as per applicable safety standards. All cabling will be fully supported and secured in cable trays. All cabling will be labelled accordingly, and be weather-proof when external. Wiring diagram, providing the routes of cabling (including external cable runs) will be provided as part of the system O&Ms. Batteries It is not anticipated that there will be a requirement for batteries for this project. Monitoring and control The solar PV system shall incorporate a monitoring and control system to track system performance, energy production, and potential issues. The monitoring system shall provide real-time data on energy generation, consumption, and system health through the Solis interface. Installation and commissioning The solar PV system shall be installed by qualified personnel following industry best practices and local regulations. A comprehensive commissioning process shall be conducted to ensure the system operates as intended and meets performance specifications. All necessary permits and approvals shall be obtained before installation and commissioning. Warranty and maintenance The solar panels, inverters, and other system components shall have a warranty period of: ● Solar PV panels - 20 years ● Solar PV - inverters - 10 years ○ Option for extended warranty required. ● Mounting system - 20 years The warranty shall cover defects in materials and workmanship and guarantee a minimum performance output over the warranty period. A recommended maintenance plan shall be provided to ensure optimal performance and longevity of the system. The contractor shall ensure that there's a nearby water connection to enable cleaning of the solar PV panels. The contractor shall ensure that there's a nearby electrical connection to enable cleaning the solar PV panels. Solar panel placement: panels should be accessible to clean and inspect without excessive leaning or specialist equipment. Inverter placement: technicians should be able to reach the inverters without difficulty for routine inspections, repairs, or replacements if needed. Always follow manufacturers instructions for specified distances between individual inverter units. The design shall not restrict rainwater run-off from the existing roof structure. Gulleys must be left exposed to enable roof cleaning / maintenance. The contractor shall provide the employer a collateral warranty of 5 years. The contractor will provide a comprehensive operational and maintenance manual, detailed drawings, schematics, handover training with the site team and 12-months of soft landing / servicing support (in the event of issues arising in accordance with the collateral warranty) and electrical compliance checks. Access The contractor will provide all necessary access equipment to safely complete the installation, in accordance with relevant health and safety regulations. H&S The contractor will comply with the Construction Design Management (CDM) Regulations 2015, adopting the role of Principal Contractor, and where also responsible for design, Principal Designer. The scheme will be compliant with RC62 and a full RC62 checklist will be completed and submitted as part of the design and handover process. This includes the installation of a fireman's switch and full integration at the fire panel. A pre and post fire-risk assessment must be completed at design and handover of the scheme. Contracts The contractor will enter into a JCT Minor Works Contract, or with Contractor's Design elements depending on the package. Finances Contractor to carry out a detailed financial assessment including upfront cost, available incentives or rebates, potential energy savings, and return on investment.

Katy Reed

Published 3 days ago
Open

CBC-1850-T-SK - Lamppost Electric Vehicle Charging Infrastructure and Associated Services in Central Bedfordshire (LEVI Tender 2)

Central Bedfordshire Council have been allocated £1,413,000 through the Local Electric Vehicle Infrastructure (LEVI) fund, which aims to increase the number of on-street low-powered charging points in residential areas and accelerate the commercialisation of this market. The Council requires Service Providers for two concession contracts for the supply, installation, operation, management, and maintenance of a network of public electric vehicle charge points and associated services, at locations across Central Bedfordshire. Appointment to these contracts will be done via two separate procurement exercises, split by technology type – LEVI Tender 1 and LEVI Tender 2. Service Providers can bid for any of the two opportunities but cannot win both. LEVI Tender 1 involves the provision of residential charge points both on-street and in hubs (car parks and parking areas) at speeds of 7-22kW. The requirements for this are to deliver a minimum of 500 charge points on-street (Group A locations) and 200 in hub locations (Group B locations). This project will be supplier-funded but supported by £1,298,000 of the Council’s LEVI grant funding allocation. LEVI Tender 2 involves the provision of residential charge points specifically within on-street lampposts at speeds of up to 5kW. The requirements for this are to deliver a minimum of 800 charge points on-street (Group A locations). This project will be supplier-funded but supported by £100,000 of the Council’s LEVI grant funding allocation. The contract term for both contracts is 15 years, with the option to extend by 12 months for administrative purposes. Both opportunities seek to appoint Service Providers who can deliver an end-to-end turnkey solution and demonstrate a commitment to maximising the use of the LEVI funding, whilst also investing in Central Bedfordshire. These partnerships will deliver the objectives of the Central Bedfordshire Electric Vehicle Infrastructure Strategy and meet targets for charge point deployment. Charging infrastructure will be lower-powered and close to residential areas, spread across all settlements in Central Bedfordshire where we have identified need for access to public charging, both now and in the years ahead. Full details can be found in the suite of tender documents, including access to our detailed analysis and evidence base.

Katy Reed

Published 1 week ago
Open

CBC-1850-T-SK - Lamppost Electric Vehicle Charging Infrastructure and Associated Services in Central Bedfordshire (LEVI Tender 2)

LEVI Tender 2 Central Bedfordshire Council have been allocated £1,413,000 through the Local Electric Vehicle Infrastructure (LEVI) fund, which aims to increase the number of on-street low-powered charging points in residential areas and accelerate the commercialisation of this market. The Council requires Service Providers for two concession contracts for the supply, installation, operation, management, and maintenance of a network of public electric vehicle charge points and associated services, at locations across Central Bedfordshire. Appointment to these contracts will be done via two separate procurement exercises, split by technology type – LEVI Tender 1 and LEVI Tender 2. Service Providers can bid for any of the two opportunities but cannot win both. LEVI Tender 1 involves the provision of residential charge points both on-street and in hubs (car parks and parking areas) at speeds of 7-22kW. The requirements for this are to deliver a minimum of 500 charge points on-street (Group A locations) and 200 in hub locations (Group B locations). This project will be supplier-funded but supported by £1,298,000 of the Council’s LEVI grant funding allocation. LEVI Tender 2 involves the provision of residential charge points specifically within on-street lampposts at speeds of up to 5kW. The requirements for this are to deliver a minimum of 800 charge points on-street (Group A locations). This project will be supplier-funded but supported by £100,000 of the Council’s LEVI grant funding allocation. The contract term for both contracts is 15 years, with the option to extend by 12 months for administrative purposes. Both opportunities seek to appoint Service Providers who can deliver an end-to-end turnkey solution and demonstrate a commitment to maximising the use of the LEVI funding, whilst also investing in Central Bedfordshire. These partnerships will deliver the objectives of the Central Bedfordshire Electric Vehicle Infrastructure Strategy and meet targets for charge point deployment. Charging infrastructure will be lower-powered and close to residential areas, spread across all settlements in Central Bedfordshire where we have identified need for access to public charging, both now and in the years ahead. Full details can be found in the suite of tender documents, including access to our detailed analysis and evidence base.

Katy Reed

Published 1 week ago

AI Bid Assistant

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

View Contract Source Save Contract

Organisation

Procurement Two

[email protected]

+44 2070142700

Timeline complete

Publish
Bid
Evaluate
Award
Complete