Solar panel roof-covering work | Tenderlake

Solar panel roof-covering work

Contract Value:
-
Notice Type:
Contract award notice
Published Date:
23 December 2024
Closing Date:
Location(s):
UKJ11 Berkshire (UK UNITED KINGDOM)
UKJ14 Oxfordshire (UK UNITED KINGDOM)
UKJ2 Surrey, East and West Sussex (UK UNITED KINGDOM)
UKJ3 Hampshire and Isle of Wight (UK UNITED KINGDOM)
UKK15 Wiltshire CC (UK UNITED KINGDOM)
UKK24 Bournemouth, Christchurch and Poole (UK UNITED KINGDOM)
UKK25 Dorset (UK UNITED KINGDOM)
Description:
Design, Supply & Installation Solar Photovoltaic (PV) Panel Systems &Associated Equipment - Multi Contractor Framework 2024

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).


Lot 1 - works to the value up to £300K

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. Contractors ranking is based on the highest scoring contactors during the initial Framework setup.

The scope of works / services / supplies that may be procured via the framework includes, but is not limited to:

• Design, supply and installation work to properties for -

o Solar PV

o Battery Storage

o Electric Vehicle Charge Points

• Project Management

• Supply of all materials associated with the Solar Photovoltaic System & Batteries

• Design, supply and installation of associated technologies and services - EV charging points, retrofitting systems with battery storage.

• Site preparation including for removal of any existing PV and other equipment

• Installation Works

• Testing and Commissioning

• Operational and Maintenance Documentation

• Servicing & Maintenance - as required

The value and type of individual call offs is expected to vary considerably due to the Council's extensive portfolio. Works will be undertaken, but not limited to:

• Social housing

• Schools

• Libraries

• Community Centre's

• Cultural Assets

• Shops

• Industrial Units

• Commercial Units

• Hospitals

• Health Centre's

• University Buildings

• Other Business

The Framework may be used by the Council when undertaking projects on behalf of other local authorities or external clients.

The Council will also have the option to mandate the use of either tier Framework Contractors as sub-contractors on other projects. For example, the Council may ask the Contractors on the Primary

Contractor Framework to select a Contractor on Lot 1 of the Solar PV Framework Contractors as a mandated sub-contractor.

For standard works, the secondary tier will generally be held in reserve and only be invited to take part in mini competitions where the primary tier has been reduced in number on a contingency

basis.

The Council reserves the right at any time during the term of framework agreement to open competition to all contractors on both tiers of the relevant lot, unless the contractor is currently

barred for tendering due performance and/or breaches in the framework agreement compliance conditions.

The reasons why the Council may open the competition across both tiers is not definitive but might include for contractor capacity issues, previous delivery experience, niche work activities, long programme, high value, complex work constraints, differing contracting strategies / forms, specialist materials, geographical location of works etc.

To ensure that the primary tier remains competitive over the course of the framework agreement both tiers of the contractors may be invited to bid for standard works with the results of the mini competition used to re-establish the primary and secondary tiers.

Call off contracts will generally be let via mini competition but may also be let via direct award in, but not limited to, the following circumstances:

• On a ranked basis

• Additional work basis

Where other contracting authorities utilise the Framework, they will be charged a 1% (of the contract value) fee to contribute towards PCC costs incurred in the setup and ongoing management of the Framework. PCC will invoice the contracting

authority once practical completion of individual call offs have been awarded.

There will be no rebate applied to future works which the Council as Framework owner contracts for directly or provides full employers management services for.


Lot 2 - works from £150K

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 will be 10 contractors with 5 contractors on the primary tier and 5 contractors on the secondary tier. Contractors ranking will be based on the highest scoring contactors during the initial

Framework setup.

The scope of works / services / supplies that may be procured via the framework includes, but is not limited to:

• Design, supply and installation work to properties for -

o Solar PV

o Battery Storage

o Electric Vehicle Charge Points

• Project Management

• Supply of all materials associated with the Solar Photovoltaic System & Batteries

• Design, supply and installation of associated technologies and services - EV charging points, retrofitting systems with battery storage.

• Site preparation including for removal of any existing PV and other equipment

• Installation Works

• Testing and Commissioning

• Operational and Maintenance Documentation

• Servicing & Maintenance - as required

The value and type of individual call offs is expected to vary considerably due to the Council's extensive portfolio. Works will be undertaken, but not limited to:

• Social housing

• Schools

• Libraries

• Community Centre's

• Cultural Assets

• Shops

• Industrial Units

• Commercial Units

• Hospitals

• Health Centre's

• University Buildings

• Other Business

The Framework may be used by the Council when undertaking projects on behalf of other local authorities or external clients.

The Council will also have the option to mandate the use of either tier Framework Contractors as sub-contractors on other projects. For example, the Council may ask the Contractors on the Primary

Contractor Framework to select a Contractor on Lot 2 of the Solar PV Framework Contractors as a mandated sub-contractor.

For standard works, the secondary tier will generally be held in reserve and only be invited to take part in mini competitions where the primary tier has been reduced in number on a contingency

basis.

The Council reserves the right at any time during the term of framework agreement to open competition to all contractors on both tiers of the relevant lot, unless the contractor is currently

barred for tendering due performance and/or breaches in the framework agreement compliance conditions.

The reasons why the Council may open the competition across both tiers is not definitive but might include for contractor capacity issues, previous delivery experience, niche work activities, long programme, high value, complex work constraints, differing contracting strategies / forms, specialist materials, geographical location of works etc.

To ensure that the primary tier remains competitive over the course of the framework agreement both tiers of the contractors may be invited to bid for standard works with the results of the mini competition used to re-establish the primary and secondary tiers.

Call off contracts will generally be let via mini competition but may also be let via direct award in, but not limited to, the following circumstances:

• On a ranked basis

• Additional work basis

Where other contracting authorities utilise the Framework, they will be charged a 1% (of the contract value) fee to contribute towards PCC costs incurred in the setup and ongoing management of the Framework. PCC will invoice the contracting

authority once practical completion of individual call offs have been awarded.

There will be no rebate applied to future works which the Council as Framework owner contracts for directly or provides full employers management services for.

Awarded to:
Lot 1 - works to the value up to £300K
Aztec Solar Energy Ltd, Warwick (UK)
Lot 2 - works from £150K
Aztec Solar Energy Ltd, Warwick (UK)
Centreco (UK) Ltd, Birchwood (UK)
Lot 1 - works to the value up to £300K
Cinergi, Romsey (UK)
DW Renewable, Southwick (UK)
Lot 2 - works from £150K
Energy Gain, Manchester (UK)
Everwarm Limited, Bathgate (UK)
Evo Energy, Nottingham (UK)
Lot 1 - works to the value up to £300K
Insta Group, Berkshire (UK)
Lot 2 - works from £150K
Kembla Limited, Lichfield (UK)
Lot 1 - works to the value up to £300K
Kembla Ltd, Lichfield (UK)
Lot 2 - works from £150K
Mitie Technical Facilities Management Ltd, London (UK)
Lot 1 - works to the value up to £300K
Poly Solar, Cambridge (UK)
Rigfone, Southampton (UK)
Send It Solar, Portsmouth (UK)
Solar Voltaics, Nutbourne (UK)
Lot 2 - works from £150K
Solar Voltaics, Nutbourne (UK)
Lot 1 - works to the value up to £300K
Space Renewables, Portsmouth (UK)
Utilita Field, Eastleigh (UK)
Lot 2 - works from £150K
Utilita Field, Eastleigh (UK)
ZLC, Liskeard (UK)
Download full details as .pdf
The Buyer:
Portsmouth City Council
CPV Code(s):
09331000 - Solar panels
09332000 - Solar installation
31158100 - Battery chargers
31213000 - Distribution equipment
31400000 - Accumulators, primary cells and primary batteries
31500000 - Lighting equipment and electric lamps
31681000 - Electrical accessories
42511110 - Heat pumps
44523200 - Mountings
45113000 - Siteworks
45231400 - Construction work for electricity power lines
45232000 - Ancillary works for pipelines and cables
45261000 - Erection and related works of roof frames and coverings
45261215 - Solar panel roof-covering work
45310000 - Electrical installation work
45351000 - Mechanical engineering installation works
45400000 - Building completion work
48110000 - Point of sale (POS) software package
48445000 - Customer Relation Management software package
51112000 - Installation services of electricity distribution and control equipment
65300000 - Electricity distribution and related services
71240000 - Architectural, engineering and planning services
71250000 - Architectural, engineering and surveying services
71320000 - Engineering design services