Section one: Contracting authority
one.1) Name and addresses
Aster Group
Sarsen Court, Horton Avenue
Cannings Hill, Devizes
SN10 2AZ
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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
Additional information can be obtained from another address:
Faithorn Farrell Timms LLP
Central Court, 1 Knoll Rose
Orpington
BR6 0JA
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Tenders or requests to participate must be submitted electronically via
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
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