Notice Information
Notice Title
Framework for the Design, Supply, and Installation of Solar PV in Operational Commercial Properties in Sunderland
Notice Description
Sunderland City Council are seeking to appoint suitable and appropriately qualified and experienced Suppliers onto a Framework for the "Design, Supply and Installation of Solar PV Systems on Commercial Properties in Sunderland. (the Framework). The Framework will consist of 2 lots a) Lot 1: The Design, Supply and Installation of Solar PV in Commercial Properties in Sunderland up to 50Kwp. b) Lot 2: The Design, Supply and Installation of Solar PV in Commercial Properties in Sunderland Greater then 50Kwp. Suppliers may bid and be placed on one or both lots of the framework. Whilst the scope of the framework is structured predominantly for installations in operational commercial properties, the Authority may from time to time require an installation in a domestic property. In such instances the call off will be clearly identified as a domestic property installation and will be issued through the relevant framework lot. Depending on each of the individual call off requirements there may be a need for the inclusion of battery storage, and this will be incorporated into the Employers Requirements for each call off. Schemes called off from the Framework will be located within the City of Sunderland and will be commercial properties.
Lot Information
The Design, Supply and Installation of Solar PV in Commercial Properties in Sunderland up to 50Kwp
The Lot 1 scope is for suppliers who can design, supply and install solar pv with a kWh of less than 50kWp. The appointed Suppliers are required to demonstrate capability in delivering end to end installations, from commissioning right through to MCS approval and SEG registration. Depending on each of the individual call off requirements there may be a need for the inclusion of battery storage, and this will be incorporated into the Employers Requirements for each call off. Schemes called off from the Framework will be located within the City of Sunderland and will be commercial properties. Whilst the scope of the framework is structured predominantly for installations in operational commercial properties, the Authority may from time to time require an installation in a domestic property. In such instances the call off will be clearly identified as a domestic property installation and will be issued through the relevant framework lot.
The Design, Supply and Installation of Solar PV in Commercial Properties in Sunderland Greater then 50KwpThe Lot 2 scope is for suppliers who can design, supply and install solar pv with a kWh greater than 50kWp. The appointed Suppliers are required to demonstrate capability in delivering end to end installations, from commissioning right through to MCS approval and SEG registration. Depending on each of the individual call off requirements there may be a need for the inclusion of battery storage, and this will be incorporated into the Employers Requirements for each call off. Schemes called off from the Framework will be located within the City of Sunderland and will be commercial properties. Whilst the scope of the framework is structured predominantly for installations in operational commercial properties, the Authority may from time to time require an installation in a domestic property. In such instances the call off will be clearly identified as a domestic property installation and will be issued through the relevant framework lot.
Planning Information
• The Market Engagement process and the subsequent procurement process will be published on Sunderland City Councils E Tender system Open and access to the engagement is via the web address https://open-uk.org/projects/overview/8d9dbdea-1661-4a0a-9b08-5f952d06259d The Open e tender system project reference number is OPEN2026498. • Suppliers must be registered on the Open e tender portal to participate in the procurement process. • You can register your Organisation on the Open e Tender Portal via the web address https://open-uk.org/ The engagement process consists of 1) An overview of the project. 2) Overview of the fundamental mandatory requirements of participation such as Health and Safety CDM roles. 3) A selection of basic questions to collect information on the Suppliers intent with regards participation in the tender. NOTE • This Market Engagement is not a formal Expression of interest for any subsequent tender process. • Suppliers that do not respond to this Market Engagement, or who respond indicating they do not intend participating in an advertised tender opportunity are not precluded from participation in the advertised tender should their preferences change. • Any information provided in response to this Market Engagement will be used entirely for the purposes as set out in the Market Engagement. • Suppliers are not bound by any information provided in this Market Engagement.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-066eb0
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/043592-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Below threshold - open competition
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45261215 - Solar panel roof-covering work
Notice Value(s)
- Tender Value
- £3,000,000 £1M-£10M
- Lots Value
- £3,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 May 20262 days ago
- Submission Deadline
- 8 Jun 20264 weeks to go
- Future Notice Date
- 22 Apr 2026Expired
- Award Date
- Not specified
- Contract Period
- 30 Jun 2026 - 30 Jun 2030 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SUNDERLAND CITY COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- SUNDERLAND
- Postcode
- SR1 3AA
- Post Town
- Sunderland
- Country
- England
-
- Major Region (ITL 1)
- TLC North East (England)
- Basic Region (ITL 2)
- TLC4 Northumberland, Durham and Tyne & Wear
- Small Region (ITL 3)
- TLC44 Sunderland
- Delivery Location
- TLC23 Sunderland
-
- Local Authority
- Sunderland
- Electoral Ward
- Millfield
- Westminster Constituency
- Sunderland Central
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/043592-2026
12th May 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/025084-2026
19th March 2026 - Preliminary market engagement notice on Find a Tender -
https://open-uk.org/
The Councils Open E Tender system home address. The documents are available in the project title "Framework for the Design, Supply, and Installation of Solar PV in Operational Commercial Properties in Sunderland" and Project Reference "OPEN2026498"
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-066eb0-2026-05-12T16:06:52+01:00",
"date": "2026-05-12T16:06:52+01:00",
"ocid": "ocds-h6vhtk-066eb0",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PLVZ-4154-GGRZ",
"name": "Sunderland City Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PLVZ-4154-GGRZ"
},
"address": {
"streetAddress": "City Hall, Plater Way,",
"locality": "Sunderland",
"postalCode": "SR1 3AA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC23"
},
"contactPoint": {
"email": "corporate.procurement@sunderland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PLVZ-4154-GGRZ",
"name": "Sunderland City Council"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "* The Market Engagement process and the subsequent procurement process will be published on Sunderland City Councils E Tender system Open and access to the engagement is via the web address https://open-uk.org/projects/overview/8d9dbdea-1661-4a0a-9b08-5f952d06259d The Open e tender system project reference number is OPEN2026498. * Suppliers must be registered on the Open e tender portal to participate in the procurement process. * You can register your Organisation on the Open e Tender Portal via the web address https://open-uk.org/ The engagement process consists of 1) An overview of the project. 2) Overview of the fundamental mandatory requirements of participation such as Health and Safety CDM roles. 3) A selection of basic questions to collect information on the Suppliers intent with regards participation in the tender. NOTE * This Market Engagement is not a formal Expression of interest for any subsequent tender process. * Suppliers that do not respond to this Market Engagement, or who respond indicating they do not intend participating in an advertised tender opportunity are not precluded from participation in the advertised tender should their preferences change. * Any information provided in response to this Market Engagement will be used entirely for the purposes as set out in the Market Engagement. * Suppliers are not bound by any information provided in this Market Engagement.",
"dueDate": "2026-04-07T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "025084-2026",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/025084-2026",
"datePublished": "2026-03-19T11:34:57Z",
"format": "text/html"
}
]
},
"tender": {
"id": "OPEN2026498",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Framework for the Design, Supply, and Installation of Solar PV in Operational Commercial Properties in Sunderland",
"description": "Sunderland City Council are seeking to appoint suitable and appropriately qualified and experienced Suppliers onto a Framework for the \"Design, Supply and Installation of Solar PV Systems on Commercial Properties in Sunderland. (the Framework). The Framework will consist of 2 lots a) Lot 1: The Design, Supply and Installation of Solar PV in Commercial Properties in Sunderland up to 50Kwp. b) Lot 2: The Design, Supply and Installation of Solar PV in Commercial Properties in Sunderland Greater then 50Kwp. Suppliers may bid and be placed on one or both lots of the framework. Whilst the scope of the framework is structured predominantly for installations in operational commercial properties, the Authority may from time to time require an installation in a domestic property. In such instances the call off will be clearly identified as a domestic property installation and will be issued through the relevant framework lot. Depending on each of the individual call off requirements there may be a need for the inclusion of battery storage, and this will be incorporated into the Employers Requirements for each call off. Schemes called off from the Framework will be located within the City of Sunderland and will be commercial properties.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45261215",
"description": "Solar panel roof-covering work"
}
],
"deliveryAddresses": [
{
"region": "UKC23",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKC23",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45261215",
"description": "Solar panel roof-covering work"
}
],
"deliveryAddresses": [
{
"region": "UKC23",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
}
],
"value": {
"amountGross": 3600000,
"amount": 3000000,
"currency": "GBP"
},
"mainProcurementCategory": "works",
"aboveThreshold": false,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withAndWithoutReopeningCompetition",
"type": "closed",
"description": "Upon completion of the evaluation process, the ten (10) highest-ranked Suppliers for each Lot, as determined by their Total Bid Scores, shall be appointed to the relevant Framework Lot. Where two or more Suppliers obtain identical scores that affect the allocation of the tenth position, the Authority reserves the right either to appoint all Suppliers with the tied score or to apply a stated tie-break methodology as set out in the ITT. Call-Off Contracts called off against this Framework Agreement may be awarded by the Authority: a) by reopening competition using a competitive selection process between Framework Suppliers (Mini Competition), b) by Direct Award without further competition. It is expected that the majority of Call off contracts awarded will be by Mini Competition. Direct Awards will be considered only in exceptional circumstances. Call off Awards by Mini Competition will be awarded on the basis of: a) Quality: within a weighting range of 10% to 100% and may include pass / fail criteria. b) Price: within a weighting range of 10% to 100%. The Authority may at its entire discretion include Social Values as a Call off Award Criteria on the following basis. a) Social Value: within a weighting range of 0% to 15% and may include pass / fail and / or Accept / Reject criteria. The Authority may make a Direct Award where one or more of the following objectively defined conditions apply: a) A Framework Supplier is the only supplier on the Framework lot capable of meeting all of the Authority's technical or functional requirements for a specific Call off Contract. b) the Call-Off Contract is an extension, expansion or optimisation of an existing Solar PV installation previously delivered by the same Framework Supplier, and a change of supplier would create disproportionate material technical risk and / or cost. c) continuity of service is required, and a change of supplier would cause disproportionate material technical risk and / or cost. Framework pricing must be fixed for a period of 12 months following Framework commencement. Framework pricing rates must not be exceeded when a further competition is carried out. This is applicable throughout the term of the Contract."
}
},
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2030-06-30T23:59:59+01:00"
},
"status": "active",
"title": "The Design, Supply and Installation of Solar PV in Commercial Properties in Sunderland up to 50Kwp",
"description": "The Lot 1 scope is for suppliers who can design, supply and install solar pv with a kWh of less than 50kWp. The appointed Suppliers are required to demonstrate capability in delivering end to end installations, from commissioning right through to MCS approval and SEG registration. Depending on each of the individual call off requirements there may be a need for the inclusion of battery storage, and this will be incorporated into the Employers Requirements for each call off. Schemes called off from the Framework will be located within the City of Sunderland and will be commercial properties. Whilst the scope of the framework is structured predominantly for installations in operational commercial properties, the Authority may from time to time require an installation in a domestic property. In such instances the call off will be clearly identified as a domestic property installation and will be issued through the relevant framework lot.",
"value": {
"amountGross": 1800000,
"amount": 1500000,
"currency": "GBP"
},
"awardCriteria": {
"description": "Tender Responses will be evaluated by a panel of representatives from the Contracting Authority to determine which submission(s) is the most advantageous tender(s) to the Contracting Authority and will be placed on the Framework lots. This will be done on the basis of: * Compliance - Pass / Fail * Quality - 90.00% and Pass / Fail * Price - 10.00% * Social Values - Pass / Fail Upon completion of the evaluation process, the ten (10) highest-ranked Suppliers for each Lot, as determined by their Total Bid Scores, shall be appointed to the relevant Framework Lot. Where two or more Suppliers obtain identical scores that affect the allocation of the tenth position, the Authority reserves the right either to appoint all Suppliers with the tied score or to apply the stated tie-break methodology contained in the Tender documentation."
}
},
{
"id": "2",
"title": "The Design, Supply and Installation of Solar PV in Commercial Properties in Sunderland Greater then 50Kwp",
"description": "The Lot 2 scope is for suppliers who can design, supply and install solar pv with a kWh greater than 50kWp. The appointed Suppliers are required to demonstrate capability in delivering end to end installations, from commissioning right through to MCS approval and SEG registration. Depending on each of the individual call off requirements there may be a need for the inclusion of battery storage, and this will be incorporated into the Employers Requirements for each call off. Schemes called off from the Framework will be located within the City of Sunderland and will be commercial properties. Whilst the scope of the framework is structured predominantly for installations in operational commercial properties, the Authority may from time to time require an installation in a domestic property. In such instances the call off will be clearly identified as a domestic property installation and will be issued through the relevant framework lot.",
"status": "active",
"value": {
"amountGross": 1800000,
"amount": 1500000,
"currency": "GBP"
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2030-06-30T23:59:59+01:00"
},
"awardCriteria": {
"description": "Tender Responses will be evaluated by a panel of representatives from the Contracting Authority to determine which submission(s) is the most advantageous tender(s) to the Contracting Authority and will be placed on the Framework lots. This will be done on the basis of: * Compliance - Pass / Fail * Quality - 90.00% and Pass / Fail * Price - 10.00% * Social Values - Pass / Fail Upon completion of the evaluation process, the ten (10) highest-ranked Suppliers for each Lot, as determined by their Total Bid Scores, shall be appointed to the relevant Framework Lot. Where two or more Suppliers obtain identical scores that affect the allocation of the tenth position, the Authority reserves the right either to appoint all Suppliers with the tied score or to apply the stated tie-break methodology contained in the Tender documentation."
}
}
],
"communication": {
"futureNoticeDate": "2026-04-22T23:59:59+01:00"
},
"status": "active",
"procurementMethod": "open",
"procurementMethodDetails": "Below threshold - open competition",
"submissionMethodDetails": "Tenders must be submitted electronically via the Authorities Open E Tender system www.open.org . Submissions received through any other means may be rejected. The Contracting Authority communicates through the Open system; therefore, all correspondence regarding this Tender will be issued to the individual that expressed interest on Open. It is the Supplier's responsibility to ensure the correct named person is, and continues to be, registered on the Open system. For guidance on how to use the Open system please refer www.open-hub.org/how-to-guides/ If you require time-critical assistance on submitting your Tender, please contact the Open Support Team on 0191 638 0040. For routine queries, such as passwords, general account queries and location of information etc please contact open.support@nepo.org PLEASE NOTE: The system is accessible 24/7 however, technical support is only available; Monday - Thursday 8:30 - 17:00. Friday - 8:30 - 16:30. The Tender must be received in accordance with the above instructions no later than the time and date indicated in the Timetable section of this ITT. Suppliers are responsible for ensuring that they understand the submission requirements and should raise any queries or clarifications necessary for submission of their Tender via the Correspondence section in good time and in any event by no later than the \"Submission of Queries\" deadline as stated in the Timetable section of this ITT.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed"
},
"tenderPeriod": {
"endDate": "2026-06-08T12:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2026-06-02T12:00:00+01:00"
},
"documents": [
{
"id": "L-1",
"documentType": "biddingDocuments",
"description": "The Councils Open E Tender system home address. The documents are available in the project title \"Framework for the Design, Supply, and Installation of Solar PV in Operational Commercial Properties in Sunderland\" and Project Reference \"OPEN2026498\"",
"url": "https://open-uk.org/"
},
{
"id": "043592-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/043592-2026",
"datePublished": "2026-05-12T16:06:52+01:00",
"format": "text/html"
}
]
},
"language": "en"
}