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
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
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