Tender

PR-10486 - Aster Group Door Supply and Installation Contracts

  • Aster Group

F02: Contract notice

Notice identifier: 2025/S 000-006589

Procurement identifier (OCID): ocds-h6vhtk-04e60a

Published 21 February 2025, 10:49am



The closing date and time has been changed to:

22 April 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Aster Group

Sarsen Court, Horton Avenue, Cannings Hill

Devizes

SN10 2AZ

Contact

FFT Procurement Team

Email

procurement@effefftee.co.uk

Telephone

+44 1689885080

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.aster.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA12961

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.mytenders.co.uk

Additional information can be obtained from another address:

Faithorn Farrell Timms LLP

Central Court, 1 Knoll Rise

Orpington

BR6 0JA

Contact

FFT Procurement Team

Email

procurement@effefftee.co.uk

Telephone

+44 1689885080

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.aster.co.uk

Buyer's address

www.effefftee.co.uk

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

PR-10486 - Aster Group Door Supply and Installation Contracts

Reference number

PR-10486

two.1.2) Main CPV code

  • 45421131 - Installation of doors

two.1.3) Type of contract

Works

two.1.4) Short description

The works required by the Contracts, include but are not restricted to the replacement of front and rear entrance doors to properties and associated buildings and could also include associated items such as the likes of fanlights, side lights, etc.

two.1.5) Estimated total value

Value excluding VAT: £11,100,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

East Region Lot - Hampshire, Wiltshire and London

Lot No

1

two.2.2) Additional CPV code(s)

  • 44221200 - Doors
  • 44221000 - Windows, doors and related items
  • 44221220 - Fire doors
  • 45421111 - Installation of door frames
  • 45421131 - Installation of doors

two.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight
  • UKK15 - Wiltshire CC
  • UKI - London
Main site or place of performance

East Region, which includes Hampshire, Wiltshire and London.

two.2.4) Description of the procurement

Aster Group is looking to appoint a contractor to deliver its door installation programme from October 2025 onwards which may include but is not limited to the replacement of front and rear doors (including associated items such as fanlights, sidelights, etc) to properties, communal doors and other associated parts. The approximate maximum value of this lot is envisaged to be circa 5100000.00 over the 3.5 year term. It is anticipated that the maximum term will be 3.5 years with an initial term of 1.5 years, with the option for a further two 1 year extensions.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £5,100,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 October 2025

End date

31 March 2027

This contract is subject to renewal

Yes

Description of renewals

The initial term is 1.5 years, with the option to extend for up to two years in one year durations. The value under II.2.6 is for the maximum term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The 3.5 year term is the maximum possible term.

two.2) Description

two.2.1) Title

West Region Lot - Somerset and Dorset

Lot No

2

two.2.2) Additional CPV code(s)

  • 44221200 - Doors
  • 44221220 - Fire doors
  • 45421130 - Installation of doors and windows
  • 45421131 - Installation of doors
  • 44221000 - Windows, doors and related items

two.2.3) Place of performance

NUTS codes
  • UKK23 - Somerset
  • UKK25 - Dorset
Main site or place of performance

West Lot - Somerset and Dorset

two.2.4) Description of the procurement

Aster Group is looking to appoint a contractor to deliver its door installation programme from October 2025 onwards which may include but is not limited to the replacement of front and rear doors (including associated items such as fanlights, sidelights, etc) to properties, communal doors and other associated parts. The approximate maximum value of this lot is envisaged to be circa 6000000.00 over the 3.5 year term. It is anticipated that the maximum term will be 3.5 years with an initial term of 1.5 years, with the option for a further two 1 year extensions.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £6,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 October 2025

End date

31 March 2027

This contract is subject to renewal

Yes

Description of renewals

The initial term is 1.5 years, with the option to extend for up to two years in one year durations. The value under II.2.6 is for the maximum term.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The 3.5 year term is the maximum possible term.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As set out in the procurement documents.

three.1.2) Economic and financial standing

List and brief description of selection criteria

As set out in the procurement documents.

Minimum level(s) of standards possibly required

As set out in the procurement documents.

three.1.3) Technical and professional ability

List and brief description of selection criteria

As set out in the procurement documents.

Minimum level(s) of standards possibly required

As set out in the procurement documents.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

7 April 2025

Local time

12:00pm

Changed to:

Date

22 April 2025

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

7 April 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Aster reserve the right to cancel this procurement at any stage.

The values in this Contract Notice do not allow for inflation and as such may be subject to change. They are also exclusive of VAT.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=233797.

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.mytenders.co.uk/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.

(MT Ref:233797)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

The Royal Courts of Justice, the Strand

London

W2 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom