Section one: Contracting authority
one.1) Name and addresses
Peterborough Limited
Town Hall
Peterborough
PE1 1HA
Contact
Miss Lesley George
lesley-ann.george@peterborough.gov.uk
Telephone
+44 1733747474
Country
United Kingdom
Region code
UKC14 - Durham CC
Internet address(es)
Main address
https://www.peterborough.gov.uk/business/supplying-the-council/supply-opportunities
Buyer's address
https://www.peterborough.gov.uk/business/supplying-the-council/supply-opportunities
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=3d29293d-6bf0-ef11-8134-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=3d29293d-6bf0-ef11-8134-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PL Solar Panel Repairs and Maintenance
Reference number
DN764845
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
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
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Northeast (Newcastle, Durham and Sunderland)
Lot No
A
two.2.2) Additional CPV code(s)
- 09331000 - Solar panels
two.2.3) Place of performance
NUTS codes
- UKC14 - Durham CC
- UKC22 - Tyneside
- UKC23 - Sunderland
two.2.4) Description of the procurement
LOT A – Northeast [Newcastle, Durham and Sunderland] 2,970 assets (Post Code regions DH4, DH5, NE37, NE38, SR1, SR2, SR3, SR4, SR5, SR6)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot B - Central (Doncaster, Scunthorpe and Stockport)
Lot No
B
two.2.2) Additional CPV code(s)
- 09331000 - Solar panels
two.2.3) Place of performance
NUTS codes
- UKE2 - North Yorkshire
- UKE31 - Barnsley, Doncaster and Rotherham
two.2.4) Description of the procurement
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)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Peterborough (Boston, Peterborough Domestic and Corporate, Corby and Northampton)
Lot No
C
two.2.2) Additional CPV code(s)
- 09331000 - Solar panels
two.2.3) Place of performance
NUTS codes
- UKF24 - West Northamptonshire
- UKF25 - North Northamptonshire
- UKF3 - Lincolnshire
- UKH11 - Peterborough
two.2.4) Description of the procurement
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)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Southeast (Gravesend)
Lot No
D
two.2.2) Additional CPV code(s)
- 09331000 - Solar panels
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
LOT D – Southeast [Gravesend] 1,055 assets (Post Code regions DA11, DA12, DA13, ME3)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 March 2025
Local time
12:05pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court
The Strand
London
WC2A 2LL
Country
United Kingdom