Tender

RMCB 056 - Maintenance of Solar Photovoltaic Systems

  • Shropshire Council
  • 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.

F02: Contract notice

Notice identifier: 2024/S 000-040014

Procurement identifier (OCID): ocds-h6vhtk-04c75a

Published 11 December 2024, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

Shropshire Council

Shirehall, Abbey Foregate

Shrewsbury

SY2 6ND

Contact

Procurement

Email

procurement@shropshire.gov.uk

Telephone

+44 1743252992

Country

United Kingdom

Region code

UKG22 - Shropshire CC

Internet address(es)

Main address

www.shropshire.gov.uk

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

Email

procurement@shropshire.gov.uk

Country

United Kingdom

Region code

UKG22 - Shropshire CC

Internet address(es)

Main address

www.shropshire.gov.uk

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

https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Repair-and-maintenance-services./3JK52DE7DW

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Repair-and-maintenance-services./3JK52DE7DW

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

https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Repair-and-maintenance-services./3JK52DE7DW

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:

https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Repair-and-maintenance-services./3JK52DE7DW

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

Email

procurement@shropshire.gov.uk

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