Contract

Design, Supply & Installation Solar Photovoltaic (PV) Panel Systems &Associated Equipment - Multi Contractor Framework 2024

  • Portsmouth City Council

F03: Contract award notice

Notice identifier: 2024/S 000-041476

Procurement identifier (OCID): ocds-h6vhtk-048ae9

Published 23 December 2024, 4:59pm



Section one: Contracting authority

one.1) Name and addresses

Portsmouth City Council

Civic Offices

PORTSMOUTH

PO12AL

Contact

Procurement Service

Email

procurement@portsmouthcc.gov.uk

Telephone

+44 2392688235

Country

United Kingdom

Region code

UKJ31 - Portsmouth

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.portsmouth.gov.uk/services/business/procurement/contract-opportunities-with-us/

Buyer's address

https://in-tendhost.co.uk/portsmouthcc/aspx/home

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

Design, Supply & Installation Solar Photovoltaic (PV) Panel Systems &Associated Equipment - Multi Contractor Framework 2024

two.1.2) Main CPV code

  • 45261215 - Solar panel roof-covering work

two.1.3) Type of contract

Works

two.1.4) Short description

Portsmouth City Council (the Council) sought tenders from contractors for inclusion on a new Solar PV & Associated Equipment Framework.

Contractors will undertake a range of energy generation works, including the design, supply and installation, and if required operation and maintenance of solar photovoltaic (PV) panel systems and associated equipment, taking on the role of Principal Contractor or sub-contractor to oversee and manage works using a range of either direct labour or through sub-contractors.

The Framework will serve as the primary route to procure solar PV & battery storage for Portsmouth City Council, with works generally being undertaken to the Councils portfolio of nearly 15,000 social housing properties and 900 corporate assets to

help contribute towards the Council's 2030 Net Zero Carbon target.

The framework consists of two lots, to cover lower value higher frequency call offs and higher value more complex packages of works -

• Lot 1 - works to the value up to £300K, typically in the region of £20K to £50K. There are 11 contractors on this lot, with a primary tier of 6 contractors and a secondary tier of 5 contractors.

• Lot 2 - works from £150K, with no upper limit for the works but typically the works will range from £150,000 to £400,000. There are 10 contractors on this lot with 5 contractors on the primary tier and 5 contractors on the secondary tier.

The framework agreement was established via evaluation of tenders submitted for the following live Council projects, which have been awarded to the highest ranking suppliers on each lot as follows:

Lot 1 - Brambles Infant School and Nursery - Awarded to Kembla Ltd. (Supply and Installation, with elements of Contractor's Design of 37kWp Solar Photovoltaics (PV). Value of £38,340.

Lot 2 - Mountbatten Centre - Solar Voltaics Ltd. (Design, Supply and Installation of 280kW Solar Photovoltaics (PV). Value of £216,004.80

The framework will allow for award of call off contracts via mini-competition and direct award against a range of options. The value and type of individual call offs is expected to vary considerably due to the Council's extensive portfolio.

The framework agreement will run for a duration of 4

years.

The framework is available for access to all contracting authorities- situated within Hampshire, Isle of Wight, East Sussex, West Sussex, Berkshire, Surrey, Wiltshire, Dorset and Oxfordshire

who may use this framework agreement to install systems across their property portfolios.

It is anticipated that over the 4-year period approximately up to £25m of projects may be procured through the Framework under lot 1 and up to £50m under lot 2.

The above figures covers estimated demand by the Council and use from other contracting authorities that will be able to access the framework agreement, either directly or via the Council, although no commitment can be made in this respect.

The Council established the framework agreement in accordance with the Open Procedure as defined within the Public Contracts Regulations (2015).

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £75,000,000

two.2) Description

two.2.1) Title

Lot 1 - works to the value up to £300K

Lot No

1

two.2.2) Additional CPV code(s)

  • 09331000 - Solar panels
  • 09332000 - Solar installation
  • 31158100 - Battery chargers
  • 31213000 - Distribution equipment
  • 31400000 - Accumulators, primary cells and primary batteries
  • 31500000 - Lighting equipment and electric lamps
  • 31681000 - Electrical accessories
  • 42511110 - Heat pumps
  • 44523200 - Mountings
  • 45113000 - Siteworks
  • 45231400 - Construction work for electricity power lines
  • 45232000 - Ancillary works for pipelines and cables
  • 45261000 - Erection and related works of roof frames and coverings
  • 45310000 - Electrical installation work
  • 45351000 - Mechanical engineering installation works
  • 45400000 - Building completion work
  • 48110000 - Point of sale (POS) software package
  • 48445000 - Customer Relation Management software package
  • 51112000 - Installation services of electricity distribution and control equipment
  • 65300000 - Electricity distribution and related services
  • 71240000 - Architectural, engineering and planning services
  • 71250000 - Architectural, engineering and surveying services
  • 71320000 - Engineering design services

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire
  • UKJ14 - Oxfordshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight
  • UKK15 - Wiltshire CC
  • UKK24 - Bournemouth, Christchurch and Poole
  • UKK25 - Dorset
Main site or place of performance

Portsmouth

two.2.4) Description of the procurement

Lot 1 - works to the value up to £300K, typically in the region of £20K to £50K. There are 11 contractors on this lot, with a primary tier of 6 contractors and a secondary tier of 5 contractors. Contractors ranking is based on the highest scoring contactors during the initial Framework setup.

The scope of works / services / supplies that may be procured via the framework includes, but is not limited to:

• Design, supply and installation work to properties for -

o Solar PV

o Battery Storage

o Electric Vehicle Charge Points

• Project Management

• Supply of all materials associated with the Solar Photovoltaic System & Batteries

• Design, supply and installation of associated technologies and services - EV charging points, retrofitting systems with battery storage.

• Site preparation including for removal of any existing PV and other equipment

• Installation Works

• Testing and Commissioning

• Operational and Maintenance Documentation

• Servicing & Maintenance - as required

The value and type of individual call offs is expected to vary considerably due to the Council's extensive portfolio. Works will be undertaken, but not limited to:

• Social housing

• Schools

• Libraries

• Community Centre's

• Cultural Assets

• Shops

• Industrial Units

• Commercial Units

• Hospitals

• Health Centre's

• University Buildings

• Other Business

The Framework may be used by the Council when undertaking projects on behalf of other local authorities or external clients.

The Council will also have the option to mandate the use of either tier Framework Contractors as sub-contractors on other projects. For example, the Council may ask the Contractors on the Primary

Contractor Framework to select a Contractor on Lot 1 of the Solar PV Framework Contractors as a mandated sub-contractor.

For standard works, the secondary tier will generally be held in reserve and only be invited to take part in mini competitions where the primary tier has been reduced in number on a contingency

basis.

The Council reserves the right at any time during the term of framework agreement to open competition to all contractors on both tiers of the relevant lot, unless the contractor is currently

barred for tendering due performance and/or breaches in the framework agreement compliance conditions.

The reasons why the Council may open the competition across both tiers is not definitive but might include for contractor capacity issues, previous delivery experience, niche work activities, long programme, high value, complex work constraints, differing contracting strategies / forms, specialist materials, geographical location of works etc.

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:

• On a ranked basis

• Additional work basis

Where other contracting authorities utilise the Framework, they will be charged a 1% (of the contract value) fee to contribute towards PCC costs incurred in the setup and ongoing management of the Framework. PCC will invoice the contracting

authority once practical completion of individual call offs have been awarded.

There will be no rebate applied to future works which the Council as Framework owner contracts for directly or provides full employers management services for.

two.2.5) Award criteria

Quality criterion - Name: Proposed Solution, Project Methodology & Risk Assessment / Weighting: 20

Quality criterion - Name: Project Programme / Weighting: 5

Quality criterion - Name: Project Resource & Supply Chain / Weighting: 5

Quality criterion - Name: Framework Social Value / Weighting: 5

Cost criterion - Name: Project Total Price / Weighting: 55

Cost criterion - Name: Combined Overhead and Profit % / Weighting: 5

Cost criterion - Name: Accumulative Hourly Rates / Weighting: 5

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 2 - works from £150K

Lot No

2

two.2.2) Additional CPV code(s)

  • 09331000 - Solar panels
  • 09332000 - Solar installation
  • 31158100 - Battery chargers
  • 31213000 - Distribution equipment
  • 31400000 - Accumulators, primary cells and primary batteries
  • 31500000 - Lighting equipment and electric lamps
  • 31681000 - Electrical accessories
  • 42511110 - Heat pumps
  • 45113000 - Siteworks
  • 45231400 - Construction work for electricity power lines
  • 45232000 - Ancillary works for pipelines and cables
  • 45261000 - Erection and related works of roof frames and coverings
  • 45310000 - Electrical installation work
  • 45351000 - Mechanical engineering installation works
  • 45400000 - Building completion work
  • 48110000 - Point of sale (POS) software package
  • 48445000 - Customer Relation Management software package
  • 51112000 - Installation services of electricity distribution and control equipment
  • 65300000 - Electricity distribution and related services
  • 71240000 - Architectural, engineering and planning services
  • 71250000 - Architectural, engineering and surveying services
  • 71320000 - Engineering design services

two.2.3) Place of performance

NUTS codes
  • UKJ11 - Berkshire
  • UKJ14 - Oxfordshire
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight
  • UKK15 - Wiltshire CC
  • UKK24 - Bournemouth, Christchurch and Poole
  • UKK25 - Dorset
Main site or place of performance

Portsmouth

two.2.4) Description of the procurement

Lot 2 - works from £150K, with no upper limit for the works but typically the works will range from £150,000 to £400,000. There will be 10 contractors with 5 contractors on the primary tier and 5 contractors on the secondary tier. Contractors ranking will be based on the highest scoring contactors during the initial

Framework setup.

The scope of works / services / supplies that may be procured via the framework includes, but is not limited to:

• Design, supply and installation work to properties for -

o Solar PV

o Battery Storage

o Electric Vehicle Charge Points

• Project Management

• Supply of all materials associated with the Solar Photovoltaic System & Batteries

• Design, supply and installation of associated technologies and services - EV charging points, retrofitting systems with battery storage.

• Site preparation including for removal of any existing PV and other equipment

• Installation Works

• Testing and Commissioning

• Operational and Maintenance Documentation

• Servicing & Maintenance - as required

The value and type of individual call offs is expected to vary considerably due to the Council's extensive portfolio. Works will be undertaken, but not limited to:

• Social housing

• Schools

• Libraries

• Community Centre's

• Cultural Assets

• Shops

• Industrial Units

• Commercial Units

• Hospitals

• Health Centre's

• University Buildings

• Other Business

The Framework may be used by the Council when undertaking projects on behalf of other local authorities or external clients.

The Council will also have the option to mandate the use of either tier Framework Contractors as sub-contractors on other projects. For example, the Council may ask the Contractors on the Primary

Contractor Framework to select a Contractor on Lot 2 of the Solar PV Framework Contractors as a mandated sub-contractor.

For standard works, the secondary tier will generally be held in reserve and only be invited to take part in mini competitions where the primary tier has been reduced in number on a contingency

basis.

The Council reserves the right at any time during the term of framework agreement to open competition to all contractors on both tiers of the relevant lot, unless the contractor is currently

barred for tendering due performance and/or breaches in the framework agreement compliance conditions.

The reasons why the Council may open the competition across both tiers is not definitive but might include for contractor capacity issues, previous delivery experience, niche work activities, long programme, high value, complex work constraints, differing contracting strategies / forms, specialist materials, geographical location of works etc.

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:

• On a ranked basis

• Additional work basis

Where other contracting authorities utilise the Framework, they will be charged a 1% (of the contract value) fee to contribute towards PCC costs incurred in the setup and ongoing management of the Framework. PCC will invoice the contracting

authority once practical completion of individual call offs have been awarded.

There will be no rebate applied to future works which the Council as Framework owner contracts for directly or provides full employers management services for.

two.2.5) Award criteria

Quality criterion - Name: Project Methodology & Risk Assessment / Weighting: 20

Quality criterion - Name: Project Programme / Weighting: 5

Quality criterion - Name: Project Resource & Supply Chain / Weighting: 5

Quality criterion - Name: Framework Social Value / Weighting: 5

Cost criterion - Name: Project Total Price / Weighting: 55

Cost criterion - Name: Combined Overhead and Profit % / Weighting: 5

Cost criterion - Name: Sum of Defined Trades / Weighting: 5

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-025840


Section five. Award of contract

Contract No

1

Lot No

1

Title

Lot 1 - works to the value up to £300K

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

3 December 2024

five.2.2) Information about tenders

Number of tenders received: 14

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Kembla Ltd

Lichfield

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

12806965

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Solar Voltaics

Nutbourne

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

7401180

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Send It Solar

Portsmouth

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

13671888

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Aztec Solar Energy Ltd

Warwick

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

7779745

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Space Renewables

Portsmouth

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

7126339

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Utilita Field

Eastleigh

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

5852899

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Insta Group

Berkshire

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

1500228

The contractor is an SME

No

five.2.3) Name and address of the contractor

Cinergi

Romsey

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

12778282

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

DW Renewable

Southwick

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

7606986

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Poly Solar

Cambridge

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

6130240

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Rigfone

Southampton

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

746766

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £25,000,000

Total value of the contract/lot: £25,000,000


Section five. Award of contract

Contract No

2

Lot No

2

Title

Lot 2 - works from £150K

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

3 December 2024

five.2.2) Information about tenders

Number of tenders received: 14

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Solar Voltaics

Nutbourne

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

7401180

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

ZLC

Liskeard

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

7993907

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Aztec Solar Energy Ltd

Warwick

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

7779745

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Utilita Field

Eastleigh

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

5852899

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Kembla Limited

Lichfield

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

12806965

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Centreco (UK) Ltd

Birchwood

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

8844718

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Evo Energy

Nottingham

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

6259559

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Energy Gain

Manchester

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

6663863

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Mitie Technical Facilities Management Ltd

London

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

906936

The contractor is an SME

No

five.2.3) Name and address of the contractor

Everwarm Limited

Bathgate

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

SC3901210

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £50,000,000

Total value of the contract/lot: £50,000,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The High Court Of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom