Platform Housing Group: EV Charging Point and Back-Office Infrastructure

  Platform Housing Group is using Delta eSourcing to run this tender exercise

Notice Summary
Title: EV Charging Point and Back-Office Infrastructure
Notice type: Contract Notice
Authority: Platform Housing Group
Nature of contract: Supplies
Procedure: Open
Short Description: We are seeking the supply and fit of Electric Charging Point Hardware in our two Offices (Worcester and Solihull), a number of Home Chargers in our Staff Homes, and a back-office software to support. In addition to this we also require an Operation and Maintenance package.
Published: 23/06/2023 09:11

View Full Notice

UK-Solihull: Electric vehicles.
Section I: Contracting Authority
      I.1) Name and addresses
             Platform Housing Limited
             1700 Solihull Parkway, Birmingham Business Park, Solihull, B37 7YD, United Kingdom
             Tel. +44 1217887672, Email: alice.sanders@platformhg.com
             Contact: Alice Sanders
             Main Address: https://www.platformhg.com
             NUTS Code: UKG
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Solihull:-Electric-vehicles./76598S8949
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: EV Charging Point and Back-Office Infrastructure       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      34144900 - Electric vehicles.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: We are seeking the supply and fit of Electric Charging Point Hardware in our two Offices (Worcester and Solihull), a number of Home Chargers in our Staff Homes, and a back-office software to support. In addition to this we also require an Operation and Maintenance package.       
      II.1.5) Estimated total value:
      Value excluding VAT: 600,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      31610000 - Electrical equipment for engines and vehicles.
      31158000 - Chargers.
      
      II.2.3) Place of performance:
      UKG WEST MIDLANDS (ENGLAND)
      
      II.2.4) Description of procurement: We are seeking the supply and fit of Electric Charging Point Hardware for our two Offices (Worcester and Solihull), a number of Home Chargers for our Staff Homes, and a supporting back-office software. In addition to this we also require an Operation and Maintenance Package.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 60
                        
            Cost criterion - Name: Cost / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 600,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 28/07/2023 Time: 14:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 28/07/2023
         Time: 14:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Solihull:-Electric-vehicles./76598S8949

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/76598S8949
   VI.4) Procedures for review
   VI.4.1) Review body:
             The Royal Courts of Justice
       The Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             The Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    PHG will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract(s) to be awarded at conclusion of the procurement exercise begun by publication of the Contract Notice is communicated to tenderers. The Public Contracts Regulations provides for aggrieved parties who have been harmed or at risk of harm by breach of those regulations to take action in the High Court. Generally, any such action must be brought within 30 days from the date the aggrieved party knew or ought to have known about the alleged breach. Where the Contracts have not been entered into the Court may order the setting aside of the Award Decision or order PHG to amend any document(s) and may award damages. If the Contract has been entered into the Court may only award damages or where the award procedures have not been followed correctly may in certain circumstances declare the Contract Award to be 'ineffective'.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          The Cabinet Office
       Correspondence Team, Cabinet Office, Whitehall, London, SW1A 2AS, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 23/06/2023

Annex A


View any Notice Addenda

View Award Notice

UK-Solihull: Electric vehicles.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Platform Housing Limited
       1700 Solihull Parkway, Birmingham Business Park, Solihull, B37 7YD, United Kingdom
       Tel. +44 1217887672, Email: alice.sanders@platformhg.com
       Contact: Alice Sanders
       Main Address: https://www.platformhg.com
       NUTS Code: UKG

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: EV Charging Point and Back-Office Infrastructure            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         34144900 - Electric vehicles.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: We are seeking the supply and fit of Electric Charging Point Hardware in our two Offices (Worcester and Solihull), a number of Home Chargers in our Staff Homes, and a back-office software to support. In addition to this we also require an Operation and Maintenance package.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 500,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            31610000 - Electrical equipment for engines and vehicles.
            31158000 - Chargers.


      II.2.3) Place of performance
      Nuts code:
      UKG - WEST MIDLANDS (ENGLAND)
   
      Main site or place of performance:
      WEST MIDLANDS (ENGLAND)
             

      II.2.4) Description of the procurement: We are seeking the supply and fit of Electric Charging Point Hardware for our two Offices (Worcester and Solihull), a number of Home Chargers for our Staff Homes, and a supporting back-office software. In addition to this we also require an Operation and Maintenance Package.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Cost / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2023/S 000-017883
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 24/08/2023

      V.2.2) Information about tenders
         Number of tenders received: 14
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             AMP EV Ltd, 10795839
             13a Duke Street, Southport, Merseyside, PR8 1LS, United Kingdom
             NUTS Code: UKG
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000          
         Total value of the contract/lot: 500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=805125139

   VI.4) Procedures for review

      VI.4.1) Review body
          The Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          The Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: PHG will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract(s) to be awarded at conclusion of the procurement exercise begun by publication of the Contract Notice is communicated to tenderers. The Public Contracts Regulations provides for aggrieved parties who have been harmed or at risk of harm by breach of those regulations to take action in the High Court. Generally, any such action must be brought within 30 days from the date the aggrieved party knew or ought to have known about the alleged breach. Where the Contracts have not been entered into the Court may order the setting aside of the Award Decision or order PHG to amend any document(s) and may award damages. If the Contract has been entered into the Court may only award damages or where the award procedures have not been followed correctly may in certain circumstances declare the Contract Award to be 'ineffective'.

      VI.4.4) Service from which information about the review procedure may be obtained
          The Cabinet Office
          Correspondence Team, Cabinet Office, Whitehall, London, SW1A 2AS, United Kingdom

   VI.5) Date of dispatch of this notice: 25/08/2023