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 Notice

Invitation to Tender for the Full Delivery and Commissioning of a Solar PV System with battery stora

  • First published: 17 December 2025
  • Last modified: 17 December 2025
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Contents

Summary

OCID:
ocds-kuma6s-159461
Published by:
Brymbo Heritage Trust
Authority ID:
AA45345
Publication date:
17 December 2025
Deadline date:
12 January 2026
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Ground-Mounted Solar PV System at Brymbo Heritage Centre Introduction Brymbo Heritage Trust (the “Employer”) is seeking proposals from suitably qualified and experienced Engineering, Procurement, and Construction (EPC) Contractors for the delivery of a ground-mounted solar photovoltaic (PV) system with an export capacity of up to 180 kW AC, together with provision for a battery energy storage component, at the Site with a 400 V grid connection, located adjacent to the Brymbo Heritage Visitor Centre. This Invitation to Tender (ITT) provides an opportunity for Contractors to participate in the design, supply, installation, testing, and commissioning of a fully operational solar PV facility. The project represents the first phase of a larger planned renewable energy development, providing scope for future expansion and energy storage integration. The Employer is committed to delivering a high-quality, sustainable, and safe renewable energy installation that maximises energy generation within the planning and technical constraints, aligns with local and national regulatory requirements, and contributes to broader environmental and social objectives. This procurement will be conducted in accordance with Welsh public procurement principles, including compliance with the Social Partnership and Public Procurement (Wales) Act 2023 and relevant guidance under the Well-being of Future Generations (Wales) Act 2015. Planning and Grid Connection Planning approval for the project was granted on 1 December 2025 under application reference P/2024/1578, subject to a number of conditions. Full planning details, including the list of conditions and associated documents, remain available on the Council’s planning portal, and tenderers are expected to review and comply with all planning requirements when preparing proposals. A grid connection offer has been provided by SP Energy Networks (SPEN), confirming the technical feasibility of connecting the proposed system to the local electricity network. Tenderers must consider the SPEN connection offer in the design, costings, and overall project delivery plan, ensuring that the system is compatible with the local distribution network and capable of delivering reliable power export. Scope of Works The primary objective of this tender is to deliver a fully compliant and operational solar PV array, designed to maximise generation capacity while remaining fully within the approved planning envelope and SPEN grid connection constraints. The selected EPC Contractor will be responsible for delivering the project from design to completion, providing all services, materials, equipment, and documentation necessary to ensure the works are completed to the highest technical, regulatory, and safety standards. Modular Approach and Battery Storage While the initial focus of the project is the delivery of the solar PV array, the Employer intends for the system to be implemented using a modular approach that enables integration of battery energy storage at this stage and a system that can be expanded in due course. Tenderers are therefore requested to: - Prioritise delivery of a high-performance PV system, maximising generation capacity within the planning and technical constraints. - Demonstrate how battery storage can be integrated now and in subsequent phases with minimal redesign or operational disruption. - Provide itemised costs, technical specifications, and integration options for battery storage, enabling the Employer to make informed decisions on staged deployment. This approach ensures that the PV array can operate at full capacity immediately, while providing flexibility for energy storage expansion as funding, programme considerations, or operational requirements permit. Project Timing The EPC contract is anticipated to be awarded by end of January 2026, with detailed design and construction activities commencing immediately thereafter. Tenderers are required to provide realistic programme

Full notice text

CONTRACT NOTICE – NATIONAL

WORKS

1 Authority Details

1.1

Authority Name and Address


Brymbo Heritage Trust

Brymbo Enterprise Centre, Blast Road, Brymbo,

Wrexham

LL11 5BT

UK

Kate Harcus

+44 8007720981

kate.harcus@storibrymbo.com

http://www.brymboheritage.co.uk

1.2

Address from which documentation may be obtained


Brymbo Heritage Trust

Brymbo Enterprise Centre, Blast Road, Brymbo,

Wrexham

LL11 5BT

UK

Kate Harcus

+44 8007720981

kate.harcus@storibrymbo.com

http://www.brymboheritage.co.uk

1.3

Completed documents must be returned to:


Brymbo Heritage Trust

Brymbo Enterprise Centre, Blast Road, Brymbo,

Wrexham

LL11 5BT

UK

Kate Harcus

+44 7736794775

kate.harcus@storibrymbo.com

http://www.brymboheritage.co.uk

2 Contract Details

2.1

Title

Invitation to Tender for the Full Delivery and Commissioning of a Solar PV System with battery stora

2.2

Description of the goods or services required

Ground-Mounted Solar PV System at Brymbo Heritage Centre

Introduction

Brymbo Heritage Trust (the “Employer”) is seeking proposals from suitably qualified and experienced Engineering, Procurement, and Construction (EPC) Contractors for the delivery of a ground-mounted solar photovoltaic (PV) system with an export capacity of up to 180 kW AC, together with provision for a battery energy storage component, at the Site with a 400 V grid connection, located adjacent to the Brymbo Heritage Visitor Centre.

This Invitation to Tender (ITT) provides an opportunity for Contractors to participate in the design, supply, installation, testing, and commissioning of a fully operational solar PV facility. The project represents the first phase of a larger planned renewable energy development, providing scope for future expansion and energy storage integration.

The Employer is committed to delivering a high-quality, sustainable, and safe renewable energy installation that maximises energy generation within the planning and technical constraints, aligns with local and national regulatory requirements, and contributes to broader environmental and social objectives. This procurement will be conducted in accordance with Welsh public procurement principles, including compliance with the Social Partnership and Public Procurement (Wales) Act 2023 and relevant guidance under the Well-being of Future Generations (Wales) Act 2015.

Planning and Grid Connection

Planning approval for the project was granted on 1 December 2025 under application reference P/2024/1578, subject to a number of conditions. Full planning details, including the list of conditions and associated documents, remain available on the Council’s planning portal, and tenderers are expected to review and comply with all planning requirements when preparing proposals.

A grid connection offer has been provided by SP Energy Networks (SPEN), confirming the technical feasibility of connecting the proposed system to the local electricity network. Tenderers must consider the SPEN connection offer in the design, costings, and overall project delivery plan, ensuring that the system is compatible with the local distribution network and capable of delivering reliable power export.

Scope of Works

The primary objective of this tender is to deliver a fully compliant and operational solar PV array, designed to maximise generation capacity while remaining fully within the approved planning envelope and SPEN grid connection constraints. The selected EPC Contractor will be responsible for delivering the project from design to completion, providing all services, materials, equipment, and documentation necessary to ensure the works are completed to the highest technical, regulatory, and safety standards.

Modular Approach and Battery Storage

While the initial focus of the project is the delivery of the solar PV array, the Employer intends for the system to be implemented using a modular approach that enables integration of battery energy storage at this stage and a system that can be expanded in due course. Tenderers are therefore requested to:

- Prioritise delivery of a high-performance PV system, maximising generation capacity within the planning and technical constraints.

- Demonstrate how battery storage can be integrated now and in subsequent phases with minimal redesign or operational disruption.

- Provide itemised costs, technical specifications, and integration options for battery storage, enabling the Employer to make informed decisions on staged deployment.

This approach ensures that the PV array can operate at full capacity immediately, while providing flexibility for energy storage expansion as funding, programme considerations, or operational requirements permit.

Project Timing

The EPC contract is anticipated to be awarded by end of January 2026, with detailed design and construction activities commencing immediately thereafter. Tenderers are required to provide realistic programme schedules that reflect all stages of the project, including design, procurement, construction, testing, commissioning, and handover. Key milestones should be clearly identified, demonstrating the Contractor’s ability to deliver the project on time and within the agreed parameters.

Post-Construction Services

Following completion of the works, the Contractor may be required to provide warranty support and Operations & Maintenance (O&M) services for a minimum period of two years, with the option for contract extensions beyond this period. Tenderers should outline their approach to post-construction support, including:

- Monitoring and reporting system performance

- Preventative maintenance schedules

- Rapid response to operational or technical issues

- Support for potential future battery integration

This ensures the long-term reliability, efficiency, and safety of the solar PV installation.

Opportunity Summary

This ITT represents a unique opportunity for qualified EPC Contractors to deliver a high-quality, grid-connected solar PV system that contributes to local renewable energy capacity and sustainability objectives. The project forms the first phase of a larger development, offering potential for future expansion and energy storage deployment. Tenderers are encouraged to submit proposals that balance technical excellence, value for money, and long-term operational performance, while demonstrating innovation, reliability, and social value consistent with Welsh public procurement principles.

Submission Requirements

Please refer to the Bidding Document for full details and templates.

Site visits will be taking place on Monday 5th January 2026. Please contact kate.harcus@storibrymbo.com to book a slot.

Deadline for responses to this ITT is 23:59 on 11th January 2026. Interviews will take place on Wednesday 14th January 2026 - successful applicants will be notified by 9am Tuesday 13th January 2026.

Conclusion

The Employer seeks to engage a Contractor capable of delivering a fully operational, high-performance solar PV facility, with a clear pathway for future battery storage integration. This ITT provides the framework for EPC Contractors to submit comprehensive proposals, showcasing technical expertise, innovation, value for money, and sustainability. The successful Contractor will play a key role in supporting Brymbo Heritage Trust’s renewable energy ambitions and delivering a facility that provides long-term operational reliability and environmental benefit.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=159461.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

2.3

Notice Coding and Classification

09331200 Solar photovoltaic modules
09332000 Solar installation
31230000 Parts of electricity distribution or control apparatus
31440000 Batteries
1023 Flintshire and Wrexham

2.4

Total quantity or scope of tender

The project comprises the design, supply, installation, testing, and commissioning of a ground-mounted solar photovoltaic (PV) system with an export capacity of up to 180 kW AC, connected at 400 V to the local electricity distribution network adjacent to the Brymbo Heritage Centre.

The scope includes all associated civil, electrical, and mechanical works required to deliver a fully operational and compliant solar PV facility, including but not limited to PV modules, inverters, mounting structures, cabling, protection systems, monitoring equipment, and grid connection infrastructure in accordance with the approved planning permission and SP Energy Networks (SPEN) connection offer.

The project also includes provision for a modular system design that facilitates the future integration of battery energy storage. Tenderers are required to provide itemised technical and cost information for battery storage options, although battery installation may be undertaken during the contract period or as a subsequent phase.

The scope further includes testing, commissioning, documentation, training (where applicable), warranties, and optional Operations and Maintenance (O&M) services for a minimum period of two years following completion.

3 Conditions for Participation

3.1

Minimum standards and qualification required

To qualify for participation in this procurement, bidders must meet the following minimum standards. Failure to satisfy any of these requirements may result in exclusion from further evaluation.

1. Legal and Regulatory Compliance

The bidder must be legally entitled to enter into a contract and carry out the works described in this ITT.

The bidder must not be subject to any mandatory or discretionary exclusion grounds under applicable UK procurement regulations.

Compliance with all relevant UK and Welsh legislation, including employment, environmental, health and safety, and data protection laws, must be confirmed.

2. Professional and Technical Capability

The bidder must demonstrate relevant experience in the design, installation, and commissioning of grid-connected solar PV systems of a comparable scale and complexity within the last five years.

The bidder must hold, or commit to holding prior to contract award, appropriate industry accreditations such as MCS, NICEIC, ECA, or equivalent.

The bidder must demonstrate the availability of suitably qualified and competent personnel to deliver the works.

3. Financial Standing

The bidder must demonstrate sufficient financial capacity and stability to deliver the contract, supported by recent accounts or equivalent financial information.

The bidder must confirm that it is not subject to insolvency proceedings, administration, or similar financial distress.

4. Health, Safety and Environmental Management

The bidder must operate effective health and safety management systems in compliance with CDM Regulations and relevant Welsh and UK legislation.

Evidence of appropriate policies, procedures, and a satisfactory health and safety record must be provided.

Environmental management practices aligned with sustainable construction and the Well-being of Future Generations (Wales) Act 2015 must be demonstrated.

5. Quality Management

The bidder must have an effective quality management system (e.g. ISO 9001 or an equivalent proportionate system) covering design, procurement, installation, and commissioning activities.

6. Insurance

The bidder must hold, or commit to obtaining prior to contract award, the following minimum insurance levels:

Employer’s Liability Insurance

Public Liability Insurance

Professional Indemnity Insurance (where applicable)

7. Supply Chain and Subcontracting

Where subcontractors are proposed, the bidder must demonstrate appropriate due diligence, management, and oversight arrangements to ensure compliance with all contract requirements and Welsh procurement principles.

4 Administrative Information

4.1

Type of Procedure

Single stage

4.2

Reference number attributed to the notice by the contracting authority

N/a

4.3

Time Limits

Time-limit for receipt of completed tenders
    12-01-2026  Time  08:00

Estimated award date
 30-01-2026

4.5

Language or languages in which tenders or requests to participate can be drawn up

EN 

4.6

Tender Submission Postbox

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx

5 Other Information

5.1

Additional Information

Tenderers may request a site visit, which can be arranged for Monday 5 January 2026. Please contact kate.harcus@storibrymbo.com to arrange this by 22nd December 2025. Attendance at a site visit is optional but strongly recommended to enable tenderers to familiarise themselves with the Site, access constraints, and existing conditions.

All submissions must use the templates provided within the Bidding Document and be emailed to kate.harcus@storibrymbo.com

by the stated deadline. The deadline for submission of tenders is 8:00 am on Monday 12 January 2026. Late submissions will not be accepted under any circumstances.

Shortlisted tenderers may be invited to attend clarification interviews, which are scheduled to take place on Wednesday 14 January 2026. Interviews will be used to clarify aspects of the submitted proposals and will not provide an opportunity to materially alter tender submissions.

It is anticipated that the contract will be awarded by the end of January 2026, with mobilisation and works commencing immediately thereafter. The Contractor will be required to complete all works, including testing, commissioning, and handover, by 31 May 2026, in accordance with the agreed programme.

All clarification questions relating to this ITT must be submitted in writing by 22 December 2025. Responses to clarification questions will be shared with all tenderers to ensure a fair and transparent procurement process.

The Employer reserves the right not to award a contract and is not bound to accept the lowest or any tender.

(WA Ref:159461)

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Local Employment & Skills – Employ local labour where possible and provide at least one apprenticeship, work placement, or skills development opportunity.

Local Supply Chain – Engage local SMEs for subcontracting and procurement where feasible.

Community Engagement & Education – Support at least one educational or community activity, such as site visits, talks, or informational materials on renewable energy.

Environmental & Social Responsibility – Minimise disruption, promote waste reduction, recycling, and biodiversity protection.

Fair Work & Ethical Employment – Comply with fair pay, safe working conditions, and the Welsh Government’s Code of Practice on Ethical Employment in Supply Chains.

Community Legacy – Contribute to lasting benefits, e.g., training materials or educational displays on the solar PV system.

Monitoring & Reporting – Provide a Community Benefit Plan with progress updates at agreed project milestones.

5.2

Additional Documentation

621823587 - BRYMBO HERITAGE - REDESIGN
Appendix 19.4 SPEN Connection offer 620804317_Brymbo_Heritage_Centre_18052025
CT PANEL INSTALLATION EXAMPLE
Customer Photo Pack New Conection
E05445_Generic Bidding Document_Brymbo Solar_Doc_vB_CW-04032025
E05445_Generic_Works and Site Information_Brymbo Solar_vB_CW-04032025
Space requirements forms P6-OPS-MSO-3 4 2-554_6 (2)

5.3

Publication date of this notice

 17-12-2025

Coding

Commodity categories

ID Title Parent category
31440000 Batteries Accumulators, primary cells and primary batteries
31230000 Parts of electricity distribution or control apparatus Electricity distribution and control apparatus
09332000 Solar installation Solar energy
09331200 Solar photovoltaic modules Solar panels

Delivery locations

ID Description
1023 Flintshire and Wrexham

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:
kate.harcus@storibrymbo.com
Admin contact:
kate.harcus@storibrymbo.com
Technical contact:
N/a
Other contact:
kate.harcus@storibrymbo.com

Further information

Date Details
No further information has been uploaded.

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

There are no documents attached to this document

Replaced documents

There are no previous versions of these documents.


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.