Section one: Contracting authority
one.1) Name and addresses
Shropshire Council
Shirehall, Abbey Foregate
Shrewsbury
SY2 6ND
Contact
Procurement
Telephone
+44 1743252992
Country
United Kingdom
Region code
UKG22 - Shropshire CC
Internet address(es)
Main address
one.1) Name and addresses
Shropshire Council is purchasing on behalf of itself and any wholly owned local authority company or other entity that is deemed to be a contracting authority by virtue of the Council’s involvement.
Shirehall, Abbey Foregate
Shrewsbury
SY2 6ND
Country
United Kingdom
Region code
UKG22 - Shropshire CC
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
RMCB 056 - Maintenance of Solar Photovoltaic Systems
Reference number
RMCB 056
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Contract will consist of the annual cleaning, inspection, service and maintenance of Solar Photovoltaic Systems in line with the Appendix A-Servicing Schedule .The Contractor will provide Appendix C-Service Report of all properties detailed in Schedule 2-Schedule of Properties and submit to the Client. The Contract will monitor weekly all of the Councils Photovoltaic System monitoring platforms and report to the Client in the event of any faults. Contractor to work as required in Council properties and those of other external clients on the provision of Solar Photovoltaic Systems.
The initial term of the Contract will run from 1st April 2025 to 31st March 2028. Following this period, the contract may be extended by an additional two years (until 31st March 2030), contingent on satisfactory performance during the initial term and mutual agreement on both terms and costs for the extension.
two.1.5) Estimated total value
Value excluding VAT: £230,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 09330000 - Solar energy
- 09331000 - Solar panels
- 09331200 - Solar photovoltaic modules
two.2.3) Place of performance
NUTS codes
- UKG22 - Shropshire CC
Main site or place of performance
Shropshire CC
two.2.4) Description of the procurement
The Contract will consist of the annual cleaning, inspection, service and maintenance of Solar Photovoltaic Systems in line with the Appendix A-Servicing Schedule .The Contractor will provide Appendix C-Service Report of all properties detailed in Schedule 2-Schedule of Properties and submit to the Client. The Contract will monitor weekly all of the Councils Photovoltaic System monitoring platforms and report to the Client in the event of any faults. Contractor to work as required in Council properties and those of other external clients on the provision of Solar Photovoltaic Systems.
The aim of the contract is to maximise system efficiency by monitoring, maintaining and carrying out upgrades to the Photovoltaic Systems to ensure the Client generates the most for the Feed in Tariff (FIT).
The execution of the works undertaken by the Contractor under this Contract shall enable the Client to discharge their responsibilities under the Electricity at Work Regulations (EAWR) 1989 in relation to the maintenance of Solar Photovoltaic systems.
The initial term of the Contract will run from 1st April 2025 to 31st March 2028. Following this period, the contract may be extended by an additional two years (until 31st March 2030), contingent on satisfactory performance during the initial term and mutual agreement on both terms and costs for the extension.
Prices submitted will cover the period from 1st April 2025 to 31st March 2026. Subsequently, the contractor may propose an annual cost adjustment to the tendered rates for the next 12-month period, capped at the Consumer Price Index (CPI) percentage change from January to December of the previous year as listed on the ONS website under the “CPI All Item: percentage change of 12 months data series.” This adjustment is subject to Council approval. Nonetheless, the Council retains the right to negotiate with the Contractor on any proposed rate increases if deemed unjustified.
The Council holds the authority to terminate this Contract at its discretion. Either party must provide a minimum of 3 months' notice prior to any contract termination.
The Council reserves the right to terminate the contract based upon the criteria as detailed in clause 1.3 at any time during the contract period. A minimum of 3 months’ notice shall be given by either party prior to termination of the contract.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £230,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2030
This contract is subject to renewal
Yes
Description of renewals
5 years
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.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/3JK52DE7DW
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
See tender documentation
three.1.2) Economic and financial standing
List and brief description of selection criteria
See tender documentation
Minimum level(s) of standards possibly required
See tender documentation
three.1.3) Technical and professional ability
List and brief description of selection criteria
See tender documentation
Minimum level(s) of standards possibly required
See tender documentation
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
See tender documentation
three.2.2) Contract performance conditions
See tender documentation
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
15 January 2025
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
15 January 2025
Local time
12:00pm
Place
Shrewsbury
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 5 years
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3JK52DE7DW
GO Reference: GO-20241211-PRO-28853120
six.4) Procedures for review
six.4.1) Review body
Shropshire Council
Shirehall, Abbey Foregate
Shrewsbury
SY2 6ND
Telephone
+44 1743252992
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Shropshire Council
Shirehall, Abbey Foregate
Shrewsbury
SY2 6ND
Telephone
+44 1743252992
Country
United Kingdom