Stotles logo
Pre-tender

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

Published

Value

75,000,000 GBP

Description

Portsmouth City Council (the Council) is issuing this Prior Information Notice to advise suitable PV installation contractors of the intention to create a new framework for the Design, Supply & Installation Solar Photovoltaic (PV) Panel Systems & Associated Equipment to replace the existing Framework Agreement, which expires in August 2024. The purpose of this PIN is to engage with the market to obtain a better understanding of the level of interest from potential contractors in delivering the associated works. To provide further information on the new framework, the draft version of the Framework Overview and Operational Procedure Document will be made available by the Councils e-sourcing system InTend - Intend https://in-tendhost.co.uk/portsmouthcc/aspx/home. Interested Contractors are invited to express their interest and, at their own option, provide feedback on the prosed framework and lotting structure using the correspondence function on Intend. Contractors who express interest during the PIN will be advised when the Contract Notice is published, though the tender opportunity will be open to all suitably experienced contractors when the opportunity is published. Framework Overview Contractors on the new framework will be expected to undertake a range of energy generation works, including the design, supply installation, 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 and electric vehicle charge point (EVCP) installation projects 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 will be split into two lots, to cover lower value higher frequency call offs and higher value more complex packages of works. Contractors will be able to apply to either or both lots of the framework agreement. The framework agreement will be established via evaluation of tenders submitted for the following live Council projects: Lot 1 - Brambles Infant School and Nursery -Supply and Installation, with elements of Contractor's Design of 40kWp Solar Photovoltaics (PV) at Brambles Infant School and Nursery - value estimated at £40K Lot 2 - Mountbatten Centre - Design, Supply and Installation of 265kW Solar Photovoltaics (PV) at Mountbatten Centre - value estimated at £240K The framework will allow for award of call off contracts via mini-competition and direct award against a range of options. The Council is aiming to have established the framework agreement by October 2024. Once in place the agreement will run for a duration of 4 years. The framework will be available for access to all contracting authorities- situated within Hampshire, Isle of Wight, East Sussex, West Sussex, Dorset, Surrey, Wiltshire, Dorset and Oxfordshire who may use this framework agreement to install systems across their property portfolios. The value and type of individual call offs is expected to vary considerably due to the Council's extensive portfolio. The Council will establish the framework agreement in accordance with the Open Procedure as defined within the Public Contracts Regulations (2015). The Council is aiming to issue the Tender on Tuesday 4th June 2024 under the following top level programme - Bidders briefing session - 17/06/24 at 14:00 Tender return deadline - 8/07/24 at 10:00 Contract and Framework Award decision - 16/08/24 Start of works onsite - both lots - 28/10/24 Completion of works -lot 1 - 29/11/24 Completion of works -lot 2 - 20/12/24 Lot 1: Lot 1 Lot 1 - works to the value up to £150K, typically in the region of £20K to £50K. There will be up to 14contractors on this lot, with a primary tier of 6contractors and a secondary tier of up to 8contractors. Tier 1 contractors ranking will be based on the highest scoring contactors during the initial Framework setup. The scope of works / services / supplies that maybe 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 Centres • Cultural Assets • Shops • Industrial Units • Other Business In addition to use on Council assets, the Framework may be used by the Council when undertaking projects on behalf of other local authorities or external clients. Typically, the type of works, scale and buildings would be similar to the PCC property portfolio. 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 Lot1 of the Solar PV Framework Contractors as a mandated sub-contractor. For standard works the secondary tier will be held in reserve and only be invited to take part in mini-competitions where the primary tier has been reduced in number. The secondary tier may also be invited to take part in mini-competitions for non-standard works - high value, alternative procurement / contracting strategies, etc. - or for works required at geographical locations that are a significant distance from the project works to establish the framework. 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 • Repeat work basis o On a repeat work basis based on previous award decisions and contractors' performance o On a repeat work basis where a contractor has demonstrated significant relevant delivery experience from their portfolio of works in relation to the project scope • Incorporating additional works into an existing contract 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. Additional information: Description of options The majority of call off contracts will be let using the JCT Minor Works Contract w/ Contractors Design or the JCT Intermediate Construction Contract w/Contractors Design, however the full suite of JCT contracts maybe utilised. The majority of call off contracts will be let via traditional single stage tender - whether via mini-competition or direct award. However alternative procurement strategies such as 2 stage open book partner contracting may also be utilised. Lot 2: Lot 2 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 up to 10contractors with 5 contractors on the primary tier and up to 5 contractors on the secondary tier. Tier 1 contractors ranking will be based on the highest scoring contactors during the initial Framework setup. The scope of works / services / supplies that maybe 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 Centres • Cultural Assets • Shops • Industrial Units • Other Business In addition to use on Council assets, the Framework may be used by the Council when undertaking projects on behalf of other local authorities or external clients. Typically, the type of works, scale and buildings would be similar to the property portfolio. 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 be held in reserve and only be invited to take part in mini-competitions where the primary tier has been reduced in number. The secondary tier may also be invited to take part in mini-competitions for non-standard works - high value, alternative procurement / contracting strategies, etc. - or for works required at geographical locations that are a significant distance from the project works to establish the framework. 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 • Repeat work basis o On a repeat work basis based on previous award decisions and contractors' performance o On a repeat work basis where a contractor has demonstrated significant relevant delivery experience from their portfolio of works in relation to the project scope • Incorporating additional works into an existing contract 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. Additional information: Description of options The majority of call off contracts will be let using the JCT Minor Works Contract w/ Contractors Design or the JCT Intermediate Construction Contract w/Contractors Design, however the full suite of JCT contracts maybe utilised. The majority of call off contracts will be let via traditional single stage tender - whether via mini-competition or direct award. However, alternative procurement strategies such as 2 stage open book partner contracting may also be utilised.

Timeline

Publish date

20 days ago

Buyer information

Portsmouth City Council

Contact:
Procurement Service
Email:
procurement@portsmouthcc.gov.uk

Explore contracts and tenders relating to Portsmouth City Council

Go to buyer profile
To save this opportunity, sign up to Stotles for free.
Save in app
  • Looking glass on top of a file iconTender tracking

    Access a feed of government opportunities tailored to you, in one view. Receive email alerts and integrate with your CRM to stay up-to-date.

  • ID card iconProactive prospecting

    Get ahead of competitors by reaching out to key decision-makers within buying organisations directly.

  • Open folder icon360° account briefings

    Create in-depth briefings on buyer organisations based on their historical & upcoming procurement activity.

  • Teamwork iconCollaboration tools

    Streamline sales workflows with team collaboration and communication features, and integrate with your favourite sales tools.

Stop chasing tenders, start getting ahead.

Create your free feed

Explore similar tenders and contracts

Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.

Explore other contracts published by Portsmouth City Council

Explore more open tenders, recent contract awards and upcoming contract expiries published by Portsmouth City Council.

Explore more suppliers to Portsmouth City Council

Sign up