Solar Panels Design, Supply and Install Framework
Yorkshire Purchasing Organisation Framework – design, supply and install all works, products and services necessary for solar panels.
United Kingdom-Wakefield: Solar panels
2020/S 046-109651
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 41 Industrial Park
Town: Wakefield
NUTS code: UKE45
Postal code: WF2 0XE
Country: United Kingdom
Contact person: Contracts Team
E-mail: anna.lukasik@ypo.co.uk
Telephone: +44 1924664685
Address of the buyer profile: https://procontract.due-north.com
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
YPO — 001005 Solar Panels
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
YPO are looking for providers to be appointed onto a framework agreement for the provision of design, supply and install all works, products and services necessary to provide a fully operational PV system, including MCS certification and meters.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Design, Supply and Installation of New Photovoltaic PV Solar Panel Systems Under 50 kWp
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Design, supply and installation of new photovoltaic PV solar panel systems under 50 kWp.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is a possibility that this framework will be renewed after 3.5 years from the commencement date.
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement will cover the period from 18 May 2020 to 17 May 2022 with two options to extend for additional 12-month period. The first decision to extend the contract period will be taken by the end of February 2022. The maximum contract period will therefore be 4 years, from 18 May 2020 to 17 May 2024 (subject to annual review, incorporating price negotiations, KPI performance and formal extension).
II.2.13)Information about European Union funds
II.2.14)Additional information
Variants may be accepted at further competition stage only — In some cases, a preference for a particular material, design or type of construction may be given or a particular method of construction may be implied. In such cases where the tenderer is not sure that the preference indicated will satisfy the requirements, alternative proposals must be provided with reasons when submitting any tender response. If the contractor makes no alternative proposals to any given material or method, then they will be deemed to form part of the proposal and to satisfy the requirements.
II.2.1)Title:
Design, Supply and Installation of New Photovoltaic PV Solar Panel Systems Above 50 kWp
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Design, supply and installation of new photovoltaic PV solar panel systems above 50 kWp.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is a possibility that this framework will be renewed after 3.5 years from the commencement date.
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement will cover the period from 18 May 2020 to 17 May 2022 with two options to extend for additional 12-month period. The first decision to extend the contract period will be taken by the end of February 2022. The maximum contract period will therefore be 4 years, from 18 May 2020 to 17 May 2024 (subject to annual review, incorporating price negotiations, KPI performance and formal extension).
II.2.13)Information about European Union funds
II.2.14)Additional information
Variants may be accepted at further competition stage only — In some cases, a preference for a particular material, design or type of construction may be given or a particular method of construction may be implied. In such cases where the tenderer is not sure that the preference indicated will satisfy the requirements, alternative proposals must be provided with reasons when submitting any tender response. If the contractor makes no alternative proposals to any given material or method, then they will be deemed to form part of the proposal and to satisfy the requirements.
II.2.1)Title:
Design, Supply and Installation of New Photovoltaic PV Solar Panel Systems Under and Above 50 kWp.
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Design, supply and installation of new photovoltaic PV solar panel systems under and above 50 kWp.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is a possibility that this framework will be renewed after 3.5 years from the commencement date.
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement will cover the period from 18 May 2020 to 17 May 2022 with two options to extend for additional 12-month period. The first decision to extend the contract period will be taken by the end of February 2022. The maximum contract period will therefore be 4 years, from 18 May 2020 to 17 May 2024 (subject to annual review, incorporating price negotiations, KPI performance and formal extension).
II.2.13)Information about European Union funds
II.2.14)Additional information
Variants may be accepted at further competition stage only — In some cases, a preference for a particular material, design or type of construction may be given or a particular method of construction may be implied. In such cases where the tenderer is not sure that the preference indicated will satisfy the requirements, alternative proposals must be provided with reasons when submitting any tender response. If the contractor makes no alternative proposals to any given material or method, then they will be deemed to form part of the proposal and to satisfy the requirements.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Organisations must ensure that they are not in breach of any of the mandatory or discretionary exclusions contained in Regulation 57 of the Public Contracts Regulations 2015. Please refer to the tender documentation/online tender located on our eProcurement system. The web address can be found under ‘Procurement Documents’ in ‘Communication’ section in this notice.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Please refer to the framework agreement terms and conditions located on our eProcurement system. The web address can be found under procurement documents in ‘Communication’ section in this notice.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
There is a possibility that this framework will be renewed after 3.5 years from the commencement date.
VI.3)Additional information:
YPO are purchasing on the behalf of other contracting authorities. Please see the below link.
For details: https://www.ypo.co.uk/about/customers/ojeu-permissible-users.aspx YPO will incorporate a standstill period at the point of notification of the award of the contract is provided to all bidders. The standstill period will be for a minimum of 10 calendar days, and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.1)Review body
Town: London
Country: United Kingdom
VI.5)Date of dispatch of this notice: