Tender

Cyclical Decorations and associated works

  • Aster Group

F02: Contract notice

Notice identifier: 2023/S 000-026689

Procurement identifier (OCID): ocds-h6vhtk-03fb5e

Published 8 September 2023, 4:00pm



Section one: Contracting authority

one.1) Name and addresses

Aster Group

Sarsen Court, Horton Avenue

Cannings Hill, Devizes

SN10 2AZ

Email

procurement@effefftee.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://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

https://www.mytenders.co.uk/

Additional information can be obtained from another address:

Faithorn Farrell Timms LLP

Central Court, 1 Knoll Rose

Orpington

BR6 0JA

Email

procurement@effefftee.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.effefftee.co.uk

Tenders or requests to participate must be submitted electronically via

https://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

Cyclical Decorations and associated works

Reference number

T1-7180

two.1.2) Main CPV code

  • 45453000 - Overhaul and refurbishment work

two.1.3) Type of contract

Works

two.1.4) Short description

The works required by the contracts, include but are not restricted to: external decorations\wash downs of blocks and houses; internal decorations to communal areas; decorations to bin stores\garages\garage blocks; decorations to other external communal areas; painting and\or treatment of fencing, gates, sheds etc.; pre-treatment repairs; and gutter cleans\repairs. Additionally, the contracts will allow for the option to include additional works and services. For example: internal flooring; external wall repairs; replacement of (pre-cast concrete) canopies etc.; concrete repairs; white lining; H&S repairs, such as localised paving, paths, ironworks, walls, steps etc.; roofing repairs; cleaning of solar panels; pigeon deterrent; moss clearance; and other associated repairs or works that utilising scaffolding.

two.1.5) Estimated total value

Value excluding VAT: £15,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

East (Hampshire and Wiltshire)

Lot No

1

two.2.2) Additional CPV code(s)

  • 45453000 - Overhaul and refurbishment work
  • 45442110 - Painting work of buildings
  • 45451000 - Decoration work

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
  • UKK - South West (England)
Main site or place of performance

Properties generally located in Hampshire and Wiltshire.

two.2.4) Description of the procurement

The works, each year, will cover approximately 3,500 properties owned/managed by Aster Group. The annual programme of works for this Lot is estimated to be between 1,500,000 GBP and 2,500,000 GBP (excluding VAT.)

two.2.5) Award criteria

Quality criterion - Name: Written responses to technical question / Weighting: 35

Quality criterion - Name: Presented responses at interview / Weighting: 5

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £6,000,000

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

The contracting authority reserves the right to extend the contract for a further one + one years (48 months.) The maximum duration is therefore three years.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

Please refer to the evaluation methodology set out in Document 1.

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

Candidates may only apply for Lot 1 and Lot 3. Alternatively, Candidates may apply for Lot 2 only.

two.2) Description

two.2.1) Title

West (Dorset, Somerset, Devon and Cornwall)

Lot No

2

two.2.2) Additional CPV code(s)

  • 45453000 - Overhaul and refurbishment work
  • 45442110 - Painting work of buildings
  • 45451000 - Decoration work

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
Main site or place of performance

Properties generally located in Dorset, Somerset, Devon and Cornwall.

two.2.4) Description of the procurement

The works, each year, will cover approximately 3,000 properties owned/managed by Aster Group. The annual programme of works for this Lot is estimated to be between 750,000 GBP and 1,750,000 GBP (excluding VAT.)

two.2.5) Award criteria

Quality criterion - Name: Written responses to the technical questions / Weighting: 35

Quality criterion - Name: Presented responses at interview / Weighting: 5

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £4,000,000

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

The contracting authority reserves the right to extend the contract for a further one + one years (48 months.) The maximum duration is therefore three years.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

Please refer to the evaluation methodology set out in Document 1.

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

Candidates may only apply for Lot 1 and Lot 3. Alternatively, Candidates may apply for Lot 2 only.

two.2) Description

two.2.1) Title

London

Lot No

3

two.2.2) Additional CPV code(s)

  • 45453000 - Overhaul and refurbishment work
  • 45442110 - Painting work of buildings
  • 45451000 - Decoration work

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

Properties generally located in and around London.

two.2.4) Description of the procurement

The works, each year, will cover approximately 400 properties owned/managed by Aster Group. The annual programme of works for this Lot is estimated to be between 100,000 GBP and 400,000 GBP (excluding VAT.)

two.2.5) Award criteria

Quality criterion - Name: Written responses to the technical questions / Weighting: 35

Quality criterion - Name: Presented responses at interview / Weighting: 5

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £600,000

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

The contracting authority reserves the right to extend the contract for a further three years (36 months.) The maximum duration is therefore six years.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

Please refer to the evaluation methodology set out in Document 1.

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

Candidates may only apply for Lot 1 and Lot 3. Alternatively, Candidates may apply for Lot 2 only.


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

Please refer to the requirements set out in Document 1 and Document 3 (which includes the PAS Questionnaire.)

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please see the draft tender documentation for all relevant conditions

three.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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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

Date

9 October 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

30 October 2023

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: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Within 3 years, depending on contract extensions.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

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=230194.

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:230194)

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