By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Supply of Photovoltaic Panels and Associated Equipment including Remote Monitoring Systems, related repairs and maintenance services and related energy management products.

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

NSAH (Alliance Homes) Limited
Harbour Court, Serbert Road, North Somerset
For the attention of: Anthony Bebbington
BS20 7GF Portishead
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: http://alliancehomes.org.uk

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

See II.1.5
Various
London
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Supply of Photovoltaic Panels and Associated Equipment including Remote Monitoring Systems, related repairs and maintenance services and related energy management products.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: UK - National Framework.

NUTS code UK

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s)
Following the success of the previous framework, NSAH (Alliance Homes) Limited (the Contracting Authority) is seeking expressions of interest from experienced and high quality suppliers to supply photovoltaic panels and associated components for a complete installation. The Contracting Authority is a Registered Provider of social housing which owns and manages 6,083 properties in the North Somerset area, which includes the towns of Portishead, Westonsuper-Mare, Clevedon and Nailsea. The Contracting Authority is working towards improving sustainability and affordability of energy provision for its residents by installing photovoltaic panels on the roofs of suitable properties.
The successful supplier will also be required to provide equipment to facilitate the option of an effective monitoring measurement and evaluation process to enable the collection of data and provide accurate billing information, comparison reports, alarm management events, and effective maintenance solutions to ensure investments are protected, asset condition is optimised and maintenance liabilities are minimised. Interested suppliers should have a strong track record of delivering best practice on similar contracts and of working proactively with clients to support the client's objectives.
The Contracting Authority is seeking to appoint 1 supplier under a 4 year framework agreement.
The successful supplier will be tasked with working with the Contracting Authority and other contractors working on the installation programme, which may include small and medium sized enterprises, and with stakeholders to deliver a high quality, best value installation programme. It is envisaged that other contracting authorities will have the option to enter into individual contracts to purchase photovoltaic panels and associated equipment and/or monitoring and reporting services under the framework agreement.
The estimated value of the framework agreement assumes that supplies and services with a value of approximately 500 000 GBP will be instructed by the Contracting Authority.
The Contracting Authority currently anticipates that the value of call-off contracts entered into with other contracting authorities (including local authorities, their arms-length management organisations, NHS Trusts, other housing associations, police and fire authorities, universities and other municipal bodies) may be up to a further 100 000 000 GBP however, the Contracting Authority makes no representation or warranty on this point.
Under the framework agreement a charge will be payable by the successful supplier to the Contracting Authority in respect of each property at which it supplies photovoltaic panels or associated equipment for another contracting authority in consideration of the opportunity generated under the framework agreement. The Contracting Authority is committed to promoting sustainability through its procurements and therefore the contract will contain conditions relating to social and environmental objectives.
II.1.5)Common procurement vocabulary (CPV)

09331200, 09331000, 31712331, 71700000, 75100000, 79940000

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 617 455 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Quality. Weighting 40
2. Commercial. Weighting 60
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
IV.3.2)Previous publication(s) concerning the same contract
no

Section V: Award of contract

V.1)Date of contract award decision:
17.7.2015
V.2)Information about offers
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Low Carbon Exchange Limited
Unit 37 Buckingham Road, Weston Super Mare
BS24 9NG North Somerset

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 450 000 000 GBP
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
Alliance Homes is letting this framework agreement for itself and on behalf of other Registered Providers operating within England and Wales (for a full list, see:

http://www.homesandcommunities.co.uk), Local Authorities within the UK (for a full list see: http://www.idea.gov.uk/idk/org/la-data.do), ALMOs within the UK (for a full list see: http://www.almos.org.uk/member_list) and other contracting authorities as set out at Regulation 3 and Schedule 1 of the Public Contracts Regulations 2006 (as amended). Joint ventures comprising any of the above potential clients (or Alliance Homes) and subsidiary companies of the above potential clients (and those of Alliance Homes) may also utilise the framework agreements.

Alliance Homes reserves the right not to award a framework agreement and/or any call-off contract or to award a framework agreement and/or any call-off contract for part of the works and services advertised under this notice only at its sole discretion and Alliance Homes and/or any additional contracting authorities seeking to use this framework agreement shall have no liability whatsoever to any applicant/tenderer as a result of its exercise or that discretion. Applicants/tenderers should note that appointment to the framework agreement is not a guarantee of work. All costs incurred by the applicant/tenderer before signature of any framework agreement/call off contract with Alliance Homes and/or any other client shall be incurred entirely at the applicant/tenderer's risk, and Alliance Homes/any other client shall not have any liability whatsoever for those costs.
Applicants/tenderers should note that call-off contracts made underneath the framework agreement are likely to be long term agreements and therefore may last beyond the end-date of the framework agreement.
Applicants/tenderers will be required to hold their tenders open for acceptance for a minimum of 6 months from the deadline for submission of tenders.
Applicants/tenderers should note that appointment to the framework agreement is not a guarantee of work and there is no guaranteed minimum number or value of call-off contracts to be awarded under the proposed framework agreement.
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

The High Court of England and Wales
Royal Courts of Justice, Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000

Body responsible for mediation procedures

The High Court of England and Wales
Royal Courts of Justice, Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000

VI.3.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority will observed a standstill period and conduct itself in accordance with the Public Contracts Regulations 2006 (as amended by the Public Contracts (Amendment) Regulations 2009).
VI.3.3)Service from which information about the lodging of appeals may be obtained

Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM

VI.4)Date of dispatch of this notice:
28.8.2015