Design, Supply & Installation Solar Photovoltaic (PV) Panel Systems &Associated Equipment - Multi Contractor Framework 2024

Award

Value

£75,000,000

Classifications

  • Solar panel roof-covering work
  • Solar panels
  • Solar installation
  • Battery chargers
  • Distribution equipment
  • Accumulators, primary cells and primary batteries
  • Lighting equipment and electric lamps
  • Electrical accessories
  • Heat pumps
  • Mountings
  • Siteworks
  • Construction work for electricity power lines
  • Ancillary works for pipelines and cables
  • Erection and related works of roof frames and coverings
  • Electrical installation work
  • Mechanical engineering installation works
  • Building completion work
  • Point of sale (POS) software package
  • Customer Relation Management software package
  • Installation services of electricity distribution and control equipment
  • Electricity distribution and related services
  • Architectural, engineering and planning services
  • Architectural, engineering and surveying services
  • Engineering design services

Tags

  • award
  • contract

Published

1 month ago

Description

Portsmouth City Council (the Council) sought tenders from contractors for inclusion on a new Solar PV & Associated Equipment Framework.
Contractors will undertake a range of energy generation works, including the design, supply and installation, and if required operation and maintenance of solar photovoltaic (PV) panel systems and associated equipment, taking on the role of Principal Contractor or sub-contractor to oversee and manage works using a range of either direct labour or through sub-contractors.
The Framework will serve as the primary route to procure solar PV & battery storage for Portsmouth City Council, with works generally being undertaken to the Councils portfolio of nearly 15,000 social housing properties and 900 corporate assets to
help contribute towards the Council's 2030 Net Zero Carbon target.
The framework consists of two lots, to cover lower value higher frequency call offs and higher value more complex packages of works -
• Lot 1 - works to the value up to £300K, typically in the region of £20K to £50K. There are 11 contractors on this lot, with a primary tier of 6 contractors and a secondary tier of 5 contractors.
• Lot 2 - works from £150K, with no upper limit for the works but typically the works will range from £150,000 to £400,000. There are 10 contractors on this lot with 5 contractors on the primary tier and 5 contractors on the secondary tier.
The framework agreement was established via evaluation of tenders submitted for the following live Council projects, which have been awarded to the highest ranking suppliers on each lot as follows:
Lot 1 - Brambles Infant School and Nursery - Awarded to Kembla Ltd. (Supply and Installation, with elements of Contractor's Design of 37kWp Solar Photovoltaics (PV).  Value of £38,340.
Lot 2 - Mountbatten Centre -  Solar Voltaics Ltd. (Design, Supply and Installation of 280kW Solar Photovoltaics (PV). Value of £216,004.80
The framework will allow for award of call off contracts via mini-competition and direct award against a range of options. The value and type of individual call offs is expected to vary considerably due to the Council's extensive portfolio.
The framework agreement will run for a duration of 4
years.
The framework is available for access to all contracting authorities- situated within Hampshire, Isle of Wight, East Sussex, West Sussex, Berkshire, Surrey, Wiltshire, Dorset and Oxfordshire
who may use this framework agreement to install systems across their property portfolios.
It is anticipated that over the 4-year period approximately up to £25m of projects may be procured through the Framework under lot 1 and up to £50m under lot 2.
The above figures covers estimated demand by the Council and use from other contracting authorities that will be able to access the framework agreement, either directly or via the Council, although no commitment can be made in this respect.
The Council established the framework agreement in accordance with the Open Procedure as defined within the Public Contracts Regulations (2015).

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

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

Procurement Service

[email protected]

+44 2392688235

+44 2079476000

Timeline complete

Publish
Bid
Evaluate
Award
Complete