Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

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

  • Cyhoeddwyd gyntaf: 15 Awst 2024
  • Wedi'i addasu ddiwethaf: 15 Awst 2024
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-048ae9
Cyhoeddwyd gan:
Portsmouth City Council
ID Awudurdod:
AA20789
Dyddiad cyhoeddi:
15 Awst 2024
Dyddiad Cau:
16 Medi 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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

Contractors will be expected to 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 will be split into 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 will be up to 14 contractors on this lot, with a primary tier of 6 contractors and a secondary tier of up to 8 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 will be up to 10 contractors with 5 contractors on the primary tier and up to 5 contractors on the secondary tier.

Contractors will be able to apply to either or both tiers of the framework agreement.

The framework agreement will be established via evaluation of tenders submitted for the following live Council projects:

Lot 1 - Brambles Infant School and Nursery - Supply and Installation, with elements of Contractor's Design of 37kWp Solar Photovoltaics (PV) at Brambles Infant School and Nursery value -estimated at £40K

Lot 2 - Mountbatten Centre - Design, Supply and Installation of 280kW Solar Photovoltaics (PV) at Mountbatten Centre -value estimated at £240K

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 Council is aiming to have established the framework agreement by December 2024. Once in place the agreement will run for a duration of 4 years.

The framework will be 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 will establish the framework agreement in accordance with the Open Procedure as defined within the Public Contracts Regulations (2015) following the timetable set out below:

Procurement Documents published on Intend - 14/08/24

Site Visits - Brambles School & Mountbatten Centre - 21/08/24 at 10:30 & 12:00 & 22/08/24 at 10:30 & 12:00

Bidders briefing session via Microsoft Teams - 28/08/24 at 14:00

Deadline for requests for clarification - 05/09/24 by 16:00

Tender return deadline - 16/09/24 at 10:00

Award decision notified to tenderers - 01/11/24

Contract Award confirmed - 12/11/24

Start of works onsite - lot 1 & 2 - 09/12/24

Completion of works -lot 1 - 17/01/25

Completion of works -lot 2 - 31/01/25

Th

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Portsmouth City Council

Civic Offices, Guildhall Square

PORTSMOUTH

PO1 2AL

UK

Person cyswllt: Procurement Service

Ffôn: +44 2392688235

E-bost: procurement@portsmouthcc.gov.uk

NUTS: UKJ

Cyfeiriad(au) rhyngrwyd

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

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

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


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

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


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

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

II.1.2) Prif god CPV

45261215

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

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

Contractors will be expected to 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 will be split into 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 will be up to 14 contractors on this lot, with a primary tier of 6 contractors and a secondary tier of up to 8 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 will be up to 10 contractors with 5 contractors on the primary tier and up to 5 contractors on the secondary tier.

Contractors will be able to apply to either or both tiers of the framework agreement.

The framework agreement will be established via evaluation of tenders submitted for the following live Council projects:

Lot 1 - Brambles Infant School and Nursery - Supply and Installation, with elements of Contractor's Design of 37kWp Solar Photovoltaics (PV) at Brambles Infant School and Nursery value -estimated at £40K

Lot 2 - Mountbatten Centre - Design, Supply and Installation of 280kW Solar Photovoltaics (PV) at Mountbatten Centre -value estimated at £240K

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 Council is aiming to have established the framework agreement by December 2024. Once in place the agreement will run for a duration of 4 years.

The framework will be 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 will establish the framework agreement in accordance with the Open Procedure as defined within the Public Contracts Regulations (2015) following the timetable set out below:

Procurement Documents published on Intend - 14/08/24

Site Visits - Brambles School & Mountbatten Centre - 21/08/24 at 10:30 & 12:00 & 22/08/24 at 10:30 & 12:00

Bidders briefing session via Microsoft Teams - 28/08/24 at 14:00

Deadline for requests for clarification - 05/09/24 by 16:00

Tender return deadline - 16/09/24 at 10:00

Award decision notified to tenderers - 01/11/24

Contract Award confirmed - 12/11/24

Start of works onsite - lot 1 & 2 - 09/12/24

Completion of works -lot 1 - 17/01/25

Completion of works -lot 2 - 31/01/25

The closing date for submission of tenders is Monday 16th September 2024 at 10:00.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 75 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

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

II.2.2) Cod(au) CPV ychwanegol

09331000

09332000

31158100

31213000

31400000

31500000

31681000

42511110

44523200

45113000

45231400

45232000

45261000

45310000

45351000

45400000

48110000

48445000

51112000

65300000

71240000

71250000

71320000

II.2.3) Man cyflawni

Cod NUTS:

UKJ11

UKJ14

UKJ2

UKJ3

UKK15

UKK24

UKK25


Prif safle neu fan cyflawni:

Portsmouth

II.2.4) Disgrifiad o’r caffaeliad

Lot 1 - works to the value up to £300K, typically in the region of £20K to £50K. There will be up to 14 contractors on this lot, with a primary tier of 6 contractors and a secondary tier of up to 8 contractors.

Tier 1 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 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.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 25 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Ydy

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The majority of call off contracts will be let using the JCT Minor Works Contract w/ Contractors Design or the JCT Intermediate Construction Contract w/ Contractors Design, however the full suite of JCT contracts maybe utilised. The majority of call off contracts will be let via traditional single stage tender - whether via mini-competition or direct award. However alternative procurement strategies such as 2 stage open book partner contracting may also be utilised.

Direct Award Process -

Ranked Basis

The standard direct award call off on a ranked basis will be from the top ranked contractor from the framework. Should they not have the capacity, capability, meet financial commitments or other project specific works requirements then the next ranked contractor will be approached and so on until a contractor is appointed.

Where the Council makes a direct award called off to the highest ranked contractor or the contractor has won a mini competition call off and the works are either about to commence or onsite works have started, then the Council reserve the right to make subsequent awards to the next ranked contractor without approaching the highest ranked contractor.

Additional Works Basis

Where the Council wishes to use this Framework Agreement in relation to the provision of the Works, it shall identify the relevant Lot which its Works requirements fall into.

Once the relevant Lot has been identified, the Council may offer the opportunity to the Qualified Framework Contractor provided that the Council's Works requirements consist of the repetition of similar Works entrusted to the Qualified Framework Contract to which the Council awarded the original Call-Off Contract, provided that:

a) Such additional Works are in conformity with the Council's Works requirements for which the original Call-Off Contract was awarded pursuant to the Framework Agreement.

b) The original Call-Off Contract indicated the extent of possible additional Works and the conditions under which the additional Works may be awarded;

c) The possible use of this procedure was disclosed at the time the original Call-Off Contract was awarded and the total estimated cost of the additional Works was taken into consideration by the Council; and

d) The additional Works are awarded within the three (3) years following the conclusion of the original Call-Off Contract.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 2

II.2.1) Teitl

Lot 2 - works from £150K

II.2.2) Cod(au) CPV ychwanegol

09331000

09332000

31158100

31213000

31400000

31500000

31681000

42511110

44523200

45113000

45231400

45232000

45261000

45310000

45351000

45400000

48110000

48445000

51112000

65300000

71240000

71250000

71320000

II.2.3) Man cyflawni

Cod NUTS:

UKJ11

UKJ14

UKJ2

UKJ3

UKK15

UKK24

UKK25


Prif safle neu fan cyflawni:

Portsmouth

II.2.4) Disgrifiad o’r caffaeliad

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 up to 10 contractors with 5 contractors on the primary tier and up to 5 contractors on the secondary tier.

Tier 1 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 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.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 50 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Ydy

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Call Off Options

The majority of call off contracts will be let using the JCT Minor Works Contract w/ Contractors Design or the JCT Intermediate Construction Contract w/ Contractors Design, however the full suite of JCT contracts maybe utilised. The majority of call off contracts will be let via traditional single stage tender - whether via mini-competition or direct award. However alternative procurement strategies such as 2 stage open book partner contracting may also be utilised.

Direct Award Options

Ranked Basis

The standard direct award call off on a ranked basis will be from the top ranked contractor from the framework. Should they not have the capacity, capability, meet financial commitments or other project specific works requirements then the next ranked contractor will be approached and so on until a contractor is appointed.

Where the Council makes a direct award called off to the highest ranked contractor or the contractor has won a mini competition call off and the works are either about to commence or onsite works have started, then the Council reserve the right to make subsequent awards to the next ranked contractor without approaching the highest ranked contractor.

Additional Works Basis

Where the Council wishes to use this Framework Agreement in relation to the provision of the Works, it shall identify the relevant Lot which its Works requirements fall into.

Once the relevant Lot has been identified, the Council may offer the opportunity to the Qualified Framework Contractor provided that the Council's Works requirements consist of the repetition of similar Works entrusted to the Qualified Framework Contract to which the Council awarded the original Call-Off Contract, provided that:

a) Such additional Works are in conformity with the Council's Works requirements for which the original Call-Off Contract was awarded pursuant to the Framework Agreement.

b) The original Call-Off Contract indicated the extent of possible additional Works and the conditions under which the additional Works may be awarded;

c) The possible use of this procedure was disclosed at the time the original Call-Off Contract was awarded and the total estimated cost of the additional Works was taken into consideration by the Council; and

d) The additional Works are awarded within the three (3) years following the conclusion of the original Call-Off Contract.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

NICEIC (Commercial Level), NAPIT, ECA or equivalent.

Solar PV Microgeneration Certification Scheme or equivalent.

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

Key Performance Indicators (KPIs) will be used to assess the Contractor's on-going performance over the lifetime of the framework to ensure that the Council are obtaining value for money for the works they are procuring and that acceptable performance standards are being achieved.

The Contractor will typically be given a KPI score upon completion of each project and upon the conclusion of the defects period by the Contractor Administrator. However, for longer programme and more complex projects the frequency of KPI instances may increase and will be scheduled in the Invitation to Tender.

The KPI score will be provided along with written high-level feedback. Where appropriate the contractor will have the opportunity to meet and discuss any feedback with the Contract Administrator where clarification can be sought.

Each project will be scored from 0-5 with the score representative of the following performance:

0 - Unacceptable Performance - grounds for immediate suspension / removal from the framework.

1 - Poor - significant issues have arisen. May invoke review meeting with framework manager and temporary suspension unless significant and immediate improvements are implemented.

2 - Fair - works were generally undertaken to a satisfactory level however a significant number of smaller issues arose, or one significant issue occurred.

3 - Satisfactory - met the contractual obligation and performed within the range of expectation

4 - Good - met and on occasion exceeded contractual expectations. Works undertaken to a high standard.

5 - Excellent - performed above general contracted requirement by bringing added value and exceeded expectations in multiply areas.

Each project will receive 1 overall KPI score. A holistic approach will be taken when determining a score with there being no pre-set criteria as each will vary, however, it is expected that general themes of assessment will include:

• Time; Cost; Quality; Health and Safety; Customer Perception; Innovation; Contractual Compliance.

It is expected that contractors will score 3 or above to demonstrate their competence. Where 3 or above is scored there will be no requirement for the Framework Manager to investigate performance.

In addition, a score of 2 in isolation will not be required to be investigated further by the Framework Manager.

However, where a contractor is displaying a pattern of averaging KPI scores of below 3 (over the last 3 projects or 3 times in the last 6 projects) the Framework Manager may investigate the issues through further discussion with the Contract Administrators and the Contractor.

Contractors may be required to review performance and their own processes and provide improvement plans outlining measures they will implement on subsequent projects to improve performance.

If performance and KPI's do not improve over a sustained period, the Framework Manager may undertake further investigation and where necessary to escalate matters this may result in demotion to a lower tier or suspension from the Framework.

Where following review by the Framework Manager a KPI score of 0 or 1 is upheld the contractor will automatically be demoted to the bottom of tier 2 for a minimum period of 6 months.

In situations where contractors score a KPI of 0, following investigation and consultation with PCC Procurement Services and PCC Legal Representatives the Framework Manager reserves the right to permanently exclude the contractor from the Framework.

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 16/09/2024

Amser lleol: 10:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 4  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 16/09/2024

Amser lleol: 10:01

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

VI.3) Gwybodaeth ychwanegol

Historical Usage

The Council have previously used a Solar PV & Associated Equipment framework since 2020 for the majority of their solar PV and associated equipment projects. The existing Framework will have expired by August 2024.

Since 2020 more than £22.5m worth of work has been tendered via the Frameworks between the Council and other Local Authority call offs. Most of these works have been of relatively low value, although several larger projects have been tendered through this framework.

The table below highlights the number of projects completed with different values since 2020.

Value & Number of Projects

£10m+ - 1

£1m-5m - 2

£100k-£1m -7

£10k-£100k- 19

Framework Management

Throughout the duration of the Framework continual management will be undertaken at both a Framework and Project level.

The management of the Framework will serve a number of key purposes, namely;

• To ensure compliance of procurement activities (accounts, insurance etc.)

• Monitor and review contractor performance

• Allow mutual feedback and seek continuous improvement

• Update contractors of future procurement opportunities via the Framework

The Council will nominate a Framework Manager who will be responsible for the overall operation of the Framework and be the primary point of contact for Contractors throughout the duration of the Framework.

On occasion representatives from The Council's Procurement Services and The Council's Legal Services may engage with contractors depending in relation to specific issues that may arise over the course of the Framework.

Requirement to Bid

To ensure that the Framework continues to provide an effective route to market for the Council there will a requirement to bid incorporated into it.

The requirement to bid will only apply to Tier 1 contractors and for projects that follow the standard call-off process. The purpose of this is to ensure that tier 1 remains competitive whilst also affording the opportunity of Tier 2 contractors to move up into Tier 1 should existing Tier 1 contractors not regularly tender for works.

Upon issue of an expression of interest, Contractors are to advise the Council of their intention to bid. If a Contractor fails to inform the Council of their intention not to bid or subsequently does not submit a bid following expressing interest, then following 3 separate occasions they will be demoted from the primary tier to the bottom of the secondary tier and the highest-ranking secondary tier contractor will take their place on the primary tier.

If a Contractor advises the Council they will be unable to bid following the issue of an expression of interest, then this will not count against them as an occurrence and will be invited to bid against subsequent tender opportunities without penalty.

If a contractor is demoted to tier 2 on 2 separate occasions for failing to bid over the course of the Framework, the Framework Management reserves the right to permanently exclude the contractor from the Framework following investigation and consultation with PCC Procurement representatives and PCC Legal Services.

Re-tiering of Framework

During the lifetime of the Framework the Council may wish to re-tier the Framework via a competitive process. This may be undertaken in situations where significant events have occurred that have impacted the market, which may result in contractors being competitive than when the Framework was established.

Whilst this type of re-tiering exercise can be undertaken at any time during the Framework it would not be done more than once a year, except in exceptional circumstances.

The re-tiering exercise would involve all contractors on the relevant Framework lot bidding for a real job using similar evaluation criteria to that with which the Framework was originally established. The results of the tender would then be used to establish the new tiering. Contractors will be able to submit new OH/P percentages and rates, on a meet or beat basis, during a re-tiering exercise.

As per the original Framework procurement-

• Lot 1 - the highest scoring contractor would assume position 1 on tier 1 and be awarded the project, the next 5 highest scoring contractors would make up the remainder of tier 1 and contractors ranked 7 - 14 will form tier 2 on lot 1.

• Lot 2 - the highest scoring contractor would assume position 1 on tier 1 and be awarded the project, and the next 4 highest scoring contractors would make up the remainder of tier 1and contractors ranked 6-10 will form tier 2.

Should any of the contractors decline the opportunity to bid as part of the re-tiering exercise they would be automatically placed at the bottom of tier 2 under the relevant lot. If multiple contractors did not tender, they would all be placed at the bottom of tier 2 with the final position based upon their original Framework rankings under the relevant lot.

For example, based on the original tierings on lot 1, should contractors ranked 3, 6 and 8 not submit bids, the original 3rd ranked contractor would assume position 12 on the new tiering, the original 6th ranked contractor would assume position 13 and the original 8th ranked contractor would assume position 14.

Contractors who are currently suspended from the framework would be able to submit a tender to secure a ranking on the framework but would not be able to win the subsequent project unless the reason for the suspension has been resolved i.e. the contractor was suspended for not holding NICIEC accreditation but before the award of the contract can demonstrate this has been re-instated.

Social Value & Yearly Review

To ensure that contractors adhere to their proposals to deliver social value, on an annual basis, the Council require contractors to provide a report to demonstrate which commitments they have managed to meet on an organisational level over the previous 12 months.

The report will be providing details on how contractors have delivered against their initial social value responses provided at the setup of the framework. Contractors who are awarded a position on both lots would only be required to provide one social value report.

The Framework Manager will then review responses. Contractors are expected to evidence delivery against at least 50% of their social value commitments within the 1st two years of the framework establishment and 75% delivery in the third year of the framework agreement. Where contractors fail to achieve the expected social value delivery levels on two occasions during the term of the framework agreement, the contractor will be demoted to the bottom of tier two. Where Contractors are deemed to have not delivered against 25% of their social value commitments, in anyone year, they will be demoted to the bottom of the secondary tier of the framework.

Contractors who have not won work via the framework will still be expected to provide a social value report to demonstrate what social value outputs they have delivered against as an organisation. The Council will look to use the information provided to promote organisations across social media and publish through our communications team and social value page to raise the profile of organisations commitment to deliver social value outcomes.

Contractors will be expected to honour their tendered trade hourly rates and OH/P percentages for the duration of the framework agreement. The only time contractors will be able to increase the rates and OH/P percentages will be when a special mini-competition is issued.

Framework Access

The framework will be 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. Public bodies includes all the following -

College and Universities - https://www.theuniguide.co.uk/about/universities

Fire - http://www.fireservice.co.uk/information/ukfrs

Government Schools Directory - https://www.get-informationschools.service.gov.uk/Establishments/Search?tok=8ToLPzIZ

Government Departments - https://www.gov.uk/government/organisations

Hospices - https://www.hospiceuk.org/about-hospice-care/find-a-hospice

Local Authorities - https://www.gov.uk/find-local-council

National Housing Federation - http://nhfdirectory.co.uk/

NHS - NHS Trusts and Providers - https://www.england.nhs.uk/publication/nhs-provider-directory-and-registers-of-licensed-healthcare-providers/

NHS - Clinical Commissioning Groups - https://www.nhs.uk/nhs-services/find-your-local-integrated-care-board/

NHS - Area Teams - https://www.england.nhs.uk/about/regional-area-teams/

NHS - Special Health Authorities - https://www.datadictionary.nhs.uk/nhs_business_definitions/special_health_authority.html

Police - https://www.police.uk/pu/contact-us/find-force-local-policing-team/

Public Sector Bodies - https://www.ons.gov.uk/methodology/classificationsandstandards/economicstatisticsclassifications/introductiontoeconomicstatisticsclassifications

Schools - https://webarchive.nationalarchives.gov.uk/20121103100909/http:/www.education.gov.uk/edubase/public/quickSearchResult.xhtml?myListCount=0

Social Care - http://www.dh.gov.uk/health/about-us/public-bodies-2/advisory-bodies/

Social Housing - https://www.gov.uk/government/publications/current-registered-providers-of-social-housing

University Listed Bodies - https://www.gov.uk/check-a-university-is-officially-recognised/listed-bodies

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

The High Court of Justice

The Strand

London

WC2A 2LL

UK

Ffôn: +44 2079476000

VI.5) Dyddiad anfon yr hysbysiad hwn

14/08/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
31681000 Ategolion trydanol Cyflenwadau ac ategolion trydanol
31400000 Cronaduron, celloedd cynradd a batris cynradd Peiriannu, cyfarpar, offer a defnyddiau traul trydanol; goleuadau
31213000 Cyfarpar dosbarthu Cyfarpar trydanol ar gyfer switsio neu ddiogelu cylchedau trydanol
31500000 Cyfarpar goleuo a lampau trydan Peiriannu, cyfarpar, offer a defnyddiau traul trydanol; goleuadau
09332000 Cyfarpar solar Ynni solar
65300000 Dosbarthu trydan a gwasanaethau cysylltiedig Cyfleustodau cyhoeddus
45231400 Gwaith adeiladu ar gyfer llinellau pwer trydan Gwaith adeiladu ar gyfer piblinellau, llinellau cyfathrebu a llinellau pwer
45232000 Gwaith ategol ar gyfer piblinellau a cheblau Gwaith adeiladu ar gyfer piblinellau, llinellau cyfathrebu a llinellau pwer, ar gyfer priffyrdd, ffyrdd, meysydd glanio a rheilffyrdd; gwaith ar y gwastad
45261000 Gwaith codi fframiau a gorchuddion to a gwaith cysylltiedig Gwaith toi a chrefftau adeiladu arbennig eraill
45400000 Gwaith cwblhau adeiladau Gwaith adeiladu
45261215 Gwaith gosod paneli solar ar doeau Gwaith codi fframiau a gorchuddion to a gwaith cysylltiedig
45351000 Gwaith gosod peirianneg fecanyddol Gwaith gosod mecanyddol
45310000 Gwaith gosod trydanol Gwaith gosod ar gyfer adeiladau
45113000 Gwaith safle Gwaith dymchwel a dinistrio adeiladau a gwaith symud pridd
71320000 Gwasanaethau dylunio peirianneg Gwasanaethau peirianneg
51112000 Gwasanaethau gosod cyfarpar dosbarthu a rheoli trydan Gwasanaethau gosod cyfarpar trydanol
71240000 Gwasanaethau pensaernïol, peirianneg a chynllunio Gwasanaethau pensaernïol a gwasanaethau cysylltiedig
71250000 Gwasanaethau pensaernïol, peirianneg ac arolygu a thirfesur Gwasanaethau pensaernïol a gwasanaethau cysylltiedig
31158100 Gwefrwyr batri Gwefrwyr
44523200 Mowntinau Colfachau, mowntinau a ffitiadau
09331000 Paneli solar Ynni solar
48110000 Pecyn meddalwedd man gwerthu (POS) Pecyn meddalwedd penodol i ddiwydiant
48445000 Pecyn meddalwedd Rheoli Cysylltiadau Cwsmeriaid Pecyn meddalwedd dadansoddi ariannol a chyfrifyddu
42511110 Pympiau gwres Unedau a pheiriannau cyfnewid gwres ar gyfer hylifo aer neu nwyon eraill

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
procurement@portsmouthcc.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.