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

Solar PV and Battery Storage at Afon Taff School, Merthyr Vale

  • First published: 11 November 2022
  • Last modified: 11 November 2022

Contents

Summary

OCID:
ocds-kuma6s-126505
Published by:
H Factor
Authority ID:
AA80333
Publication date:
11 November 2022
Deadline date:
05 December 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Project to retro fit a Solar PV and energy storage system to Afon Taff School in Merthyr tydfil. Afon Taf High School, Yew Street, Troedyrhiw, Merthyr Tydfil. CF48 4ED Background The school has recently been refurbished, part of this process was the fitting of Alumasc Mastergold warm roofing system (membrane) to the buildings flat rooves, this is subject to a 25year guarantee. Renewable energy system requirements: Panel mounting The new guaranteed Roof membrane means that a nonpenetrative ballasted solar panel mounting system must be used and this should include membrane compatible protection at all contact points with the roof and additionally a non-combustible layer is required between the array and roof surface (between the frames and under the panels – 20-40mm washed pebble blast or similar performing inorganic layer). Pre-construction, but post tender the appointed installation contractor will carry out a detailed structural survey for the system they intend to install, this will be used to confirm the structure is suitable for the installation and the cost should be included in the tender. Panels & PV system The Solar PV system should be 200 Kwp. The Panels must be ethically sourced from manufactures free from forced labour issues and ideally tier one Bloomberg classified. The panels should be IP68 rated and have a 12 year plus product warranty and a 25-year performance warranty on 84% of nominal power. The solar installation should include a 2-year workmanship warranty. The array will be subjected to DNO approval for its connection to the grid. Bidding contractors should allow for the cost to submit a G99 application to the DNO on behalf of the council for this purpose. The installation should include OFGEM approved generation meter and provision for an export meter. The system should include a monitoring system detailing the solar generation, the export along with the energy stored and used from the battery array. The design and installation will comply with the following: Latest UK Building Regulations Latest European and UK standards and codes of practice Latest industry recognised guidelines, including: o Engineering Recommendations G99 o BS 7671 (current edition) - Requirements for electrical installations (all parts, but in particular Part 7-712 Requirements for special installations or locations – Solar photovoltaic (PV) power supply systems) o BS EN 62446 (current edition) - Grid connected photovoltaic systems – Minimum requirements for system documentation, commissioning tests and inspection o IEC 60364 Low Voltage Electric Installations o IEC 60755 General requirements for residual current operated protective devices o EC 61215 Crystalline modules o IEC 61730 - Photovoltaic (PV) module safety qualification o IEC 61557 Electrical safety in low voltage distribution system operating manuals for the system must be provided A fire isolation switch should be located externally to each building where PV panels are installed. The proposal must include structural engineering verification that the roof structure is suitable for Solar PV. Safe access for maintenance of the system must be considered in the proposal and the PV array must be designed with a minimum edge gap of 1.2M to the perimeter of the roof. Battery storage system The system should include a 44kWh battery capable of 90% depth of discharge, 97% charging efficiency and a 10 year warranty – the battery must be located in dedicated, suitable containment exterior to the main buildings that is sterile and fire resistant. Measures must be taken to ensure the battery cannot operate and temperatures that could be detrimental to its life or performance. Provision of a visual performance interface A user / pupil interface should be included with the system to display the system performance and benefits – a creative proposal for this interface rather than a dull display will be looked on favourably.

Full notice text

CONTRACT NOTICE – NATIONAL

WORKS

1 Authority Details

1.1

Authority Name and Address


H Factor

Penwaungoch, Pentwyn road,

Treharris

CF46 5BS

UK

Simon Conway

+44 7496843652

spfconway@gmail.com

http://
sell2wales.gov.wales

1.2

Address from which documentation may be obtained


H Factor

Penwaungoch, Pentwyn road,

Treharris

CF46 5BS

UK

Simon Conway

+44 7496843652

spfconway@gmail.com

http://

1.3

Completed documents must be returned to:


H Factor

Penwaungoch, Pentwyn road,

Treharris

CF46 5BS

UK

Simon Conway

+44 7496843652

spfconway@gmail.com

http://

2 Contract Details

2.1

Title

Solar PV and Battery Storage at Afon Taff School, Merthyr Vale

2.2

Description of the goods or services required

Project to retro fit a Solar PV and energy storage system to Afon Taff School in Merthyr tydfil.

Afon Taf High School, Yew Street, Troedyrhiw, Merthyr Tydfil. CF48 4ED

Background

The school has recently been refurbished, part of this process was the fitting of Alumasc Mastergold warm roofing system (membrane) to the buildings flat rooves, this is subject to a 25year guarantee.

Renewable energy system requirements:

Panel mounting

The new guaranteed Roof membrane means that a nonpenetrative ballasted solar panel mounting system must be used and this should include membrane compatible protection at all contact points with the roof and additionally a non-combustible layer is required between the array and roof surface (between the frames and under the panels – 20-40mm washed pebble blast or similar performing inorganic layer).

Pre-construction, but post tender the appointed installation contractor will carry out a detailed structural survey for the system they intend to install, this will be used to confirm the structure is suitable for the installation and the cost should be included in the tender.

Panels & PV system

The Solar PV system should be 200 Kwp.

The Panels must be ethically sourced from manufactures free from forced labour issues and ideally tier one Bloomberg classified.

The panels should be IP68 rated and have a 12 year plus product warranty and a 25-year performance warranty on 84% of nominal power. The solar

installation should include a 2-year workmanship warranty.

The array will be subjected to DNO approval for its connection to the grid. Bidding contractors should allow for the cost to submit a G99 application to the DNO on behalf of the council for this purpose.

The installation should include OFGEM approved generation meter and provision for an export meter.

The system should include a monitoring system detailing the solar generation, the export along with the energy stored and used from the battery array.

The design and installation will comply with the following:

Latest UK Building Regulations

Latest European and UK standards and codes of practice

Latest industry recognised guidelines, including:

o Engineering Recommendations G99

o BS 7671 (current edition) - Requirements for electrical installations (all parts, but in particular Part 7-712 Requirements for special installations or locations – Solar photovoltaic (PV) power supply systems)

o BS EN 62446 (current edition) - Grid connected photovoltaic systems – Minimum requirements for system documentation, commissioning tests and inspection

o IEC 60364 Low Voltage Electric Installations

o IEC 60755 General requirements for residual current operated protective devices

o EC 61215 Crystalline modules

o IEC 61730 - Photovoltaic (PV) module safety qualification

o IEC 61557 Electrical safety in low voltage distribution system

operating manuals for the system must be provided

A fire isolation switch should be located externally to each building where PV panels are installed.

The proposal must include structural engineering verification that the roof structure is suitable for Solar PV.

Safe access for maintenance of the system must be considered in the proposal and the PV array must be designed with a minimum edge gap of 1.2M to the perimeter of the roof.

Battery storage system

The system should include a 44kWh battery capable of 90% depth of discharge, 97% charging efficiency and a 10 year warranty – the battery must be located in dedicated, suitable containment exterior to the main buildings that is sterile and fire resistant. Measures must be taken to ensure the battery cannot operate and temperatures that could be detrimental to its life or performance.

Provision of a visual performance interface

A user / pupil interface should be included with the system to display the system performance and benefits – a creative proposal for this interface rather than a dull display will be looked on favourably.

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=126505.

2.3

Notice Coding and Classification

09330000 Solar energy
09331200 Solar photovoltaic modules
09332000 Solar installation
31422000 Battery packs
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)

2.4

Total quantity or scope of tender

200KWp of Solar PV

44 KWhr Battery Storage

3 Conditions for Participation

3.1

Minimum standards and qualification required

System must be MCS accredited and installer must provide all documentation facilitate export of electricity to the grid.

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
    05-12-2022  Time  12:00

Estimated award date
 07-12-2022

4.5

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

EN 

4.6

Tender Submission Postbox

5 Other Information

5.1

Additional Information

see detailed specification

(WA Ref:126505)

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:

The system should provide a significant community benefit to the school and local community within Merthyr Vale by reducing both the energy costs and carbon footprint of the school and contribute to cleaner air quality around the school.

Relates to the following project/programme financed by EU Community Funds: AMMV Energy Worx 82237

The buyer considers that this contract is suitable for consortia bidding.

5.2

Additional Documentation

5.3

Publication date of this notice

 11-11-2022

Coding

Commodity categories

ID Title Parent category
31422000 Battery packs Primary batteries
09330000 Solar energy Electricity, heating, solar and nuclear energy
09332000 Solar installation Solar energy
09331200 Solar photovoltaic modules Solar panels

Delivery locations

ID Description
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)

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.

Document family

Notice details
Publication date:
11 November 2022
Deadline date:
05 December 2022 00:00
Notice type:
Contract Notice
Authority name:
H Factor
Publication date:
06 February 2023
Notice type:
Contract Award Notice
Authority name:
H Factor

About the buyer

Main contact:
spfconway@gmail.com
Admin contact:
spfconway@gmail.com
Technical contact:
N/a
Other contact:
spfconway@gmail.com

Further information

Date Details
No further information has been uploaded.

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.


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.