Section one: Contracting authority
one.1) Name and addresses
Portsmouth City Council
Civic Offices
PORTSMOUTH
PO12AL
Contact
Procurement Service
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