Tender

PL Solar Panel Repairs and Maintenance

  • Peterborough Limited

F02: Contract notice

Notice identifier: 2025/S 000-006969

Procurement identifier (OCID): ocds-h6vhtk-04e742

Published 21 February 2025, 4:06pm



Section one: Contracting authority

one.1) Name and addresses

Peterborough Limited

Town Hall

Peterborough

PE1 1HA

Contact

Miss Lesley George

Email

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