Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

GMCA 374 - FC036 Salford CC (Lot 1) - 2025/26 Solar PV Programme

  • First published: 04 December 2025
  • Last modified: 04 December 2025
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-02d469
Published by:
Greater Manchester Combined Authority
Authority ID:
AA52094
Publication date:
04 December 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Local authorities and public sector bodies continue to be tasked with making savings and reducing their carbon emissions, as well as being committed to sustainability and energy management. Solar photovoltaic technology would assist Salford City Council to achieve a reduction in grid electricity consumption and more importantly reduce its carbon emissions levels via on-site generation.

Salford City Council is seeking to procure a contractor to undertake the design, supply, installation, testing and commissioning of solar photovoltaic systems on the roofs of up to 8 council buildings and 1 local authority school.

The photovoltaic system installer and products used shall be certified by the microgeneration certification scheme (MCS). The photovoltaic installer shall provide proof of certification as part of the tender return.

Whilst it is intended that works be carried out in a single stage for all sites, this may be separated into two stages, should the roof condition surveys identify any major roof integrity issues. Any sites identified as requiring re-roof works will be moved into stage 2 to allow the works to be carried out first. In either case, installations will only commence once grid offers from the Distribution Network Operator (DNO) and any associated prior approvals from planning are received for the respective sites.

The fixed price contract will include the design, supply, installation, setting to work, testing and commissioning of the photovoltaic systems and installations as defined within this specification on the proposed roof tops of the following buildings, as detailed in Annex A.

1. Worsley Leisure Centre, Bridgewater Road, Walkden, Worsley, M28 3AB

2. Salford Sports Village, 325 Littleton Road, Salford, M7 3NQ

3. Guild Hall Community Centre, Guild Avenue, Walkden, Worsley, M28 3AS

4. Barton Moss Secure Unit, Barton Moss Road, Eccles, M30 7RL

5. Buile Hill Park Banqueting Suite, 75 Eccles Old Road, Salford, M6 8RF

6. Beesley Green Community Centre, Beesley Green, Greenleach Lane, Worsley, M28 2QW

7. Winton Nursery Centre, Brindley Street, Winton, M30 8AB

8. Belvedere Early Years Centre, Whitebeam Close, Salford, M6 5EJ

9. Riverview Primary School, 1 Wheaters Street, Salford, M7 1QZ

Whilst it is the intention that PV systems will be installed at all 9 locations, Salford City Council reserves the right to omit any number of sites or add additional sites during the contract period. For this reason, contractor is asked to price for each site separately. These values will be used to value any contract variations. If other sites are added there is an expectation that these will be priced using the same price structure. A change control process will be in place and all changes treated as contract variations and administered accordingly.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Greater Manchester Combined Authority

GMCA Offices, 1st Floor, Churchgate House, 56 Oxford Street

Manchester

M1 6EU

UK

Telephone: +44 0

E-mail: procurement@manchesterfire.gov.uk

NUTS: UK

Internet address(es)

Main address: http://www.manchesterfire.gov.uk/

Address of the buyer profile: http://www.manchesterfire.gov.uk/

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

GMCA 374 - FC036 Salford CC (Lot 1) - 2025/26 Solar PV Programme

Reference number: DN783045

II.1.2) Main CPV code

45200000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Local authorities and public sector bodies continue to be tasked with making savings and reducing their carbon emissions, as well as being committed to sustainability and energy management. Solar photovoltaic technology would assist Salford City Council to achieve a reduction in grid electricity consumption and more importantly reduce its carbon emissions levels via on-site generation.

Salford City Council is seeking to procure a contractor to undertake the design, supply, installation, testing and commissioning of solar photovoltaic systems on the roofs of up to 8 council buildings and 1 local authority school.

The photovoltaic system installer and products used shall be certified by the microgeneration certification scheme (MCS). The photovoltaic installer shall provide proof of certification as part of the tender return.

Whilst it is intended that works be carried out in a single stage for all sites, this may be separated into two stages, should the roof condition surveys identify any major roof integrity issues. Any sites identified as requiring re-roof works will be moved into stage 2 to allow the works to be carried out first. In either case, installations will only commence once grid offers from the Distribution Network Operator (DNO) and any associated prior approvals from planning are received for the respective sites.

The fixed price contract will include the design, supply, installation, setting to work, testing and commissioning of the photovoltaic systems and installations as defined within this specification on the proposed roof tops of the following buildings, as detailed in Annex A.

1. Worsley Leisure Centre, Bridgewater Road, Walkden, Worsley, M28 3AB

2. Salford Sports Village, 325 Littleton Road, Salford, M7 3NQ

3. Guild Hall Community Centre, Guild Avenue, Walkden, Worsley, M28 3AS

4. Barton Moss Secure Unit, Barton Moss Road, Eccles, M30 7RL

5. Buile Hill Park Banqueting Suite, 75 Eccles Old Road, Salford, M6 8RF

6. Beesley Green Community Centre, Beesley Green, Greenleach Lane, Worsley, M28 2QW

7. Winton Nursery Centre, Brindley Street, Winton, M30 8AB

8. Belvedere Early Years Centre, Whitebeam Close, Salford, M6 5EJ

9. Riverview Primary School, 1 Wheaters Street, Salford, M7 1QZ

Whilst it is the intention that PV systems will be installed at all 9 locations, Salford City Council reserves the right to omit any number of sites or add additional sites during the contract period. For this reason, contractor is asked to price for each site separately. These values will be used to value any contract variations. If other sites are added there is an expectation that these will be priced using the same price structure. A change control process will be in place and all changes treated as contract variations and administered accordingly.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 845 900.00  GBP

II.2) Description

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Mini competition via the GMCA 374 Go Neutral Framework in line with the PCR15 regulations and constitution. Option to extend to 30th June 2026.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-027196

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/11/2025

V.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

NPS Energy LTD

5 Hanging Chadder Farm, Royton

Oldham

OL2 6XR

UK

NUTS: UK

The contractor is an SME: No

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

Total value of the contract/lot: : 845 900.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

The High Court (England, Wales and Northern Ireland)

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

03/12/2025

Coding

Commodity categories

ID Title Parent category
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@manchesterfire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.