Shropshire Council: RMCB 056 - Maintenance of Solar Photovoltaic Systems

  Shropshire Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: RMCB 056 - Maintenance of Solar Photovoltaic Systems
Notice type: Contract Notice
Authority: Shropshire Council
Nature of contract: Services
Procedure: Open
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.
Published: 11/12/2024 16:14
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Shrewsbury: Repair and maintenance services.
Section I: Contracting Authority
      I.1) Name and addresses
             Shropshire Council
             Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
             Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
             Contact: Procurement
             Main Address: www.shropshire.gov.uk
             NUTS Code: UKG22
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.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 abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Repair-and-maintenance-services./3JK52DE7DW to the abovementioned 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
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: RMCB 056 - Maintenance of Solar Photovoltaic Systems       
      Reference Number: RMCB 056
      II.1.2) Main CPV Code:
      50000000 - Repair and maintenance services.

      II.1.3) Type of contract: SERVICES
      II.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.       
      II.1.5) Estimated total value:
      Value excluding VAT: 230,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      09330000 - Solar energy.
      09331000 - Solar panels.
      09331200 - Solar photovoltaic modules.
      
      II.2.3) Place of performance:
      UKG22 Shropshire CC
      
      II.2.4) Description of 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.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 230,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2025 / End: 31/03/2030       
      This contract is subject to renewal: Yes       
      Description of renewals: 5 years
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/3JK52DE7DW       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.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    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      See tender documentation    
      Minimum level(s) of standards possibly required (if applicable) :       
      See tender documentation    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      See tender documentation    
      Minimum level(s) of standards possibly required (if applicable) :          
      See tender documentation
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.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    
      III.2.2) Contract performance conditions       
      See tender documentation          
      III.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: Yes    

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 15/01/2025
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 15/01/2025
         Time: 12:00
         Place:
         Shrewsbury
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 5 years
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.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
   VI.4) Procedures for review
   VI.4.1) Review body:
             Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252992
   VI.5) Date Of Dispatch Of This Notice: 11/12/2024

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       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, United Kingdom
       Email: procurement@shropshire.gov.uk
       Main Address: www.shropshire.gov.uk
       NUTS Code: UKG22

View any Notice Addenda

View Award Notice

UK-Shrewsbury: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
       Contact: Procurement
       Main Address: www.shropshire.gov.uk
       NUTS Code: UKG22

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: RMCB 056 - Maintenance of Solar Photovoltaic Systems            
      Reference number: RMCB 056

      II.1.2) Main CPV code:
         50000000 - Repair and maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: This is an award notice for the annual cleaning, inspection, service and 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.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 230,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            09330000 - Solar energy.
            09331000 - Solar panels.
            09331200 - Solar photovoltaic modules.


      II.2.3) Place of performance
      Nuts code:
      UKG22 - Shropshire CC
   
      Main site or place of performance:
      Shropshire CC
             

      II.2.4) Description of the procurement: This is an award notice for the annual cleaning, inspection, service and 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.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 50
      Quality criterion - Name: Social Value / Weighting: 10
                  
      Cost criterion - Name: Price / Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2024/S 000-040014
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/03/2025

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Penguin Electrical Solutions Ltd, 10524874
             Unit 4, Hartley Business Centre, Shrewsbury, SY2 5ST, United Kingdom
             NUTS Code: UKG22
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 230,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=933773546
   VI.4) Procedures for review

      VI.4.1) Review body
          Shropshire Council
          Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
          Tel. +44 1743252992, Email: procurement@shropshire.gov.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Shropshire Council
          Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
          Tel. +44 1743252992

   VI.5) Date of dispatch of this notice: 25/03/2025

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       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, United Kingdom
       Email: procurement@shropshire.gov.uk
       Main Address: www.shropshire.gov.uk
       NUTS Code: UKG22