Supply and Installation of Solar Photovoltaic Panel Systems
Supply and Installation Solar Photovoltaic Panel Systems and Associated Equipment – Central Southern England Multi Contractor Framework.
United Kingdom-Portsmouth: Solar panel roof-covering work
2020/S 005-005951
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Procurement Service, Floor 5 Core 3/4, Civic Office, Guildhall Square
Town: Portsmouth
NUTS code: UKJ31
Postal code: PO1 2AL
Country: United Kingdom
Contact person: Procurement Service
E-mail: procurement@portsmouthcc.gov.uk
Telephone: +44 2392688235
Address of the buyer profile: https://www.portsmouth.gov.uk/ext/business/business.aspx
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Supply and Installation Solar Photovoltaic (PV) Panel Systems and Associated Equipment — Central Southern England Multi Contractor Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Portsmouth City Council — the ‘Council’ — is inviting tenders for inclusion onto a multi contractor framework agreement covering Central Southern England that will be used to let the design, supply and installation of solar PV systems and associated equipment such as, but not limited to, battery storage retrofit and electric vehicle charging points. The Council is aiming to have established the framework agreement by April 2020. Once in place the agreement will run for a duration of 4 years extendable in increments to be agreed to a maximum term of 8 years.
The framework agreement will be established via evaluation of tenders submitted for a project concerning the design, supply and installation of 250 kW solar photovoltaic (PV) and 10 No 5 kW batteries at Hilsea Industrial Centre, Portsmouth. The Council is running the procurement process in accordance with the open procedure. The closing date for submission of tenders is 17.2.2020 14.00.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Portsmouth City Council — the ‘Council’ — is inviting tenders for inclusion onto a multi contractor framework agreement that will be used to let the design, supply and installation of solar PV systems and associated equipment such as, but not limited to, battery storage retrofit and electric vehicle charging points. The Council is aiming to have established the framework agreement by April 2020. Once in place the agreement will run for a duration of 4 years extendable in increments to be agreed to a maximum term of 8 years.
The framework will be available for access to all contracting authorities — local authorities, universities, health, emergency services, etc. — situated within Hampshire, Isle of Wight, East Sussex, West Sussex, Dorset, Surrey, Wiltshire, Dorset and Oxfordshire who may use the agreement to install systems across their property portfolios. In addition, whilst this will not be the primary focus of business activity, the framework agreement may also be used to install systems onto private sector residential properties and privately owned commercial/industrial properties. Installation of systems to such properties will not be limited to the county areas stated above and may be delivered on a nationwide basis.
The Council has a direct pipeline of demand which will be let using the framework agreement and has established working relationships with a number of other eligible contracting authorities — 8 currently. However, the Council cannot provide any commitments or guarantees of usage whether directly or via other eligible contracting authorities.
The total value of work let via the framework agreement could range over 8 years from 100 000 000 GBP based upon current expected business growth projections to 500 000 000 GBP if a significant level of further demand is brought forward by developing further relationships with public and private sector customers. The upper value estimate of 500 000 000 GBP is non-binding on the Council who may let significantly higher values of work via the framework agreement to meet demand.
The framework agreement will be established via evaluation of tenders submitted for the following live Council project:
Hilsea Industrial Centre:
Design, supply and installation of 250 kW solar photovoltaic (PV) and 10 No 5 kW batteries. Start on site 27.4.2020 and estimated works duration of 8 weeks.
The project will be let on an individual basis to the tendering contractor who achieves the highest score following assessment of submitted bids under a JCT minor works contract w/ Contractors design. That contractor plus the next ranking contractors up to a maximum total number of 12 will be appointed onto the framework agreement. The framework agreement will be let using the Council’s standard framework terms.
A framework tiering system will be established with a primary tier made up of the highest scoring 6 contractors and a secondary tier of the next highest 6 contractors on a ranked basis. Call-off contracts will generally be let via mini-competition but may also be let via direct award. For information on the tiering system operation and call-off options refer to Section II.2.11).
A site visit and bidders briefing will be held at the Central Library on Monday 20th January 10 a.m. and Tuesday 21st January 10 a.m.
The Council is running the procurement process in accordance with the ‘Open’ procedure as defined with the Public Contracts Regulations (2015) in line with the following programme:
— tender issue — 8.1.2020,
— site visit and bidders briefing — 20.1.2020 and 21.1.2020,
— clarification deadline — 31.1.2020 12.00,
— tender return deadline — 17.2.2020 14.00,
— interviews (if required) — W/C 2.3.2020,
— standstill period — 16.3.2020-27.3.2020,
— framework award — April 2020.
Tender documentation and joining instruction for the site visit and bidders briefing are accessible via the Council’s eSourcing solution which is accessible free of charge via: https://in-tendhost.co.uk/portsmouthcc/aspx/home/
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Once in place the agreement will run for a duration of 4 years extendable in increments to be agreed to a maximum term of 8 years.
II.2.10)Information about variants
II.2.11)Information about 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 may be 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. There will be no upper or lower value constraints in respect of project contracts let by via the framework. However, most works will fall between a value range of 100 000 GBP-200 000 GBP, although there is a trend towards higher value call-off contracts which will increase average values over the course of the agreement.
A framework tiering system will be established with a primary tier made up of the highest scoring 6 contractors and a secondary tier of the next highest 6 contractors on a ranked basis. 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. The results of these mini-competitions may be used to establish additional primary tiers for future non-standard/high value/geographically distant works.
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:
— time of the essence requirements/lower value works/capacity — award on ranked basis subject capacity and performance,
— repeat work/system expansion — award to supplier who undertook initial installation at site or at a site in close proximity,
— private sector customer choice — award to relevant supplier if customer has a strong preference,
— supplier led private sector business opportunity — award to supplier who brings the opportunity to the relevant contracting authority.
II.2.13)Information about European Union funds
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
NICEIC (Commercial Level), NAPIT, ECA or equivalent.
Solar PV Microgeneration Certification scheme or equivalent.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
Long term capital works programmes.
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Winter 2023/2024.
VI.2)Information about electronic workflows
VI.4.1)Review body
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079476000Internet address: https://www.justice.gov.uk/
VI.5)Date of dispatch of this notice: