Contract

AG0573 - Cyclical Routine Maintenance and Associated Repairs of Foul Water Infrastructure Including Effluent Disposal 2024-2027

  • Aster Group Limited

F03: Contract award notice

Notice identifier: 2025/S 000-029326

Procurement identifier (OCID): ocds-h6vhtk-042a8c (view related notices)

Published 2 June 2025, 5:48pm



Section one: Contracting authority

one.1) Name and addresses

Aster Group Limited

Sarson Court, Horton Avenue

Devizes

SN10 2AZ

Contact

Rob Gilbert

Email

aster.procurement@aster.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.aster.co.uk

Buyer's address

https://in-tendhost.co.uk/aster/aspx/Home

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

AG0573 - Cyclical Routine Maintenance and Associated Repairs of Foul Water Infrastructure Including Effluent Disposal 2024-2027

Reference number

AG - 0573 - 2020

two.1.2) Main CPV code

  • 90400000 - Sewage services

two.1.3) Type of contract

Services

two.1.4) Short description

Aster Group has approximately 76 foul water infrastructure assets (Sewage Treatment Plants, septic tanks and pumping stations) serving homes not connected to mains drainage. There is an ongoing requirement to undertake routine maintenance of the foul water assets to ensure correct operation and compliance with Environment Agency discharge consents along with the emptying of septic tanks to provide effluent disposal arrangements for properties served by the installations. This procurement is for the successor arrangement to the current contract which comes to an end in early 2025. The requirement is for the provision of scheduled maintenance, non-scheduled maintenance works (where instructed) and provision of a provision of 24-hour, 365-day out of hours and emergency call out service. Full details of the requirements are set out in the Procurement Documents.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £3,015,000

two.2) Description

two.2.1) Title

Lot 1 - North Hampshire

Lot No

1

two.2.2) Additional CPV code(s)

  • 90400000 - Sewage services
  • 45252130 - Sewage plant equipment
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight
Main site or place of performance

Hampshire

two.2.4) Description of the procurement

The requirement is for the provision of the following services to sewage treatment plants, septic tank systems, pumping stations, and surface water pumps installations as set out in the procurement documents:• Scheduled maintenance - servicing of installations including the emptying and disposal of wastewater liquor and sludge.• Non-scheduled maintenance works - reactive repairs, emergency works and ad-hoc tankering (where instructed) to maintain the continuous function of the foul water infrastructure assets. • Out of hours and emergency call out service – provision of 24-hour, 365-day cover for reactive and emergency work along with ad-hoc tankering.For installations within the Lot as set out in the Procurement Documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

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) Description

two.2.1) Title

Lot 2 - South Hampshire

Lot No

2

two.2.2) Additional CPV code(s)

  • 90400000 - Sewage services
  • 45252130 - Sewage plant equipment
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight
Main site or place of performance

South Hampshire

two.2.4) Description of the procurement

The requirement is for the provision of the following services to sewage treatment plants, septic tank systems, pumping stations, and surface water pumps installations as set out in the procurement documents:• Scheduled maintenance - servicing of installations including the emptying and disposal of wastewater liquor and sludge.• Non-scheduled maintenance works - reactive repairs, emergency works and ad-hoc tankering (where instructed) to maintain the continuous function of the foul water infrastructure assets. • Out of hours and emergency call out service – provision of 24-hour, 365-day cover for reactive and emergency work along with ad-hoc tankering.For installations within the Lot as set out in the Procurement Documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

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) Description

two.2.1) Title

Lot 3 - East Dorset

Lot No

3

two.2.2) Additional CPV code(s)

  • 90400000 - Sewage services
  • 45252130 - Sewage plant equipment
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

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

East Dorset

two.2.4) Description of the procurement

The requirement is for the provision of the following services to sewage treatment plants, septic tank systems, pumping stations, and surface water pumps installations as set out in the procurement documents:• Scheduled maintenance - servicing of installations including the emptying and disposal of wastewater liquor and sludge.• Non-scheduled maintenance works - reactive repairs, emergency works and ad-hoc tankering (where instructed) to maintain the continuous function of the foul water infrastructure assets. • Out of hours and emergency call out service – provision of 24-hour, 365-day cover for reactive and emergency work along with ad-hoc tankering.For installations within the Lot as set out in the Procurement Documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

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) Description

two.2.1) Title

Lot 4 - West Dorset

Lot No

4

two.2.2) Additional CPV code(s)

  • 45252130 - Sewage plant equipment
  • 50000000 - Repair and maintenance services
  • 90400000 - Sewage services

two.2.3) Place of performance

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

West Dorset

two.2.4) Description of the procurement

The requirement is for the provision of the following services to sewage treatment plants, septic tank systems, pumping stations, and surface water pumps installations as set out in the procurement documents:• Scheduled maintenance - servicing of installations including the emptying and disposal of wastewater liquor and sludge.• Non-scheduled maintenance works - reactive repairs, emergency works and ad-hoc tankering (where instructed) to maintain the continuous function of the foul water infrastructure assets. • Out of hours and emergency call out service – provision of 24-hour, 365-day cover for reactive and emergency work along with ad-hoc tankering.For installations within the Lot as set out in the Procurement Documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

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) Description

two.2.1) Title

Lot 5 - Devon & Cornwall

Lot No

5

two.2.2) Additional CPV code(s)

  • 90400000 - Sewage services
  • 45252130 - Sewage plant equipment
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKK4 - Devon
  • UKK30 - Cornwall and Isles of Scilly
Main site or place of performance

Devon and Cornwall

two.2.4) Description of the procurement

The requirement is for the provision of the following services to sewage treatment plants, septic tank systems, pumping stations, and surface water pumps installations as set out in the procurement documents:• Scheduled maintenance - servicing of installations including the emptying and disposal of wastewater liquor and sludge.• Non-scheduled maintenance works - reactive repairs, emergency works and ad-hoc tankering (where instructed) to maintain the continuous function of the foul water infrastructure assets. • Out of hours and emergency call out service – provision of 24-hour, 365-day cover for reactive and emergency work along with ad-hoc tankering.For installations within the Lot as set out in the Procurement Documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

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) Description

two.2.1) Title

Lot 6 - Somerset

Lot No

6

two.2.2) Additional CPV code(s)

  • 90400000 - Sewage services
  • 45252130 - Sewage plant equipment
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

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

Somerset

two.2.4) Description of the procurement

The requirement is for the provision of the following services to sewage treatment plants, septic tank systems, pumping stations, and surface water pumps installations as set out in the procurement documents:• Scheduled maintenance - servicing of installations including the emptying and disposal of wastewater liquor and sludge.• Non-scheduled maintenance works - reactive repairs, emergency works and ad-hoc tankering (where instructed) to maintain the continuous function of the foul water infrastructure assets. • Out of hours and emergency call out service – provision of 24-hour, 365-day cover for reactive and emergency work along with ad-hoc tankering.For installations within the Lot as set out in the Procurement Documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

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) Description

two.2.1) Title

Lot 7 – Wiltshire

Lot No

7

two.2.2) Additional CPV code(s)

  • 90400000 - Sewage services
  • 45252130 - Sewage plant equipment
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Main site or place of performance

Wiltshire

two.2.4) Description of the procurement

The requirement is for the provision of the following services to sewage treatment plants, septic tank systems, pumping stations, and surface water pumps installations as set out in the procurement documents:• Scheduled maintenance - servicing of installations including the emptying and disposal of wastewater liquor and sludge.• Non-scheduled maintenance works - reactive repairs, emergency works and ad-hoc tankering (where instructed) to maintain the continuous function of the foul water infrastructure assets. • Out of hours and emergency call out service – provision of 24-hour, 365-day cover for reactive and emergency work along with ad-hoc tankering.For installations within the Lot as set out in the Procurement Documents.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60%

Price - Weighting: 40%

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


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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-031193


Section five. Award of contract

Contract No

1

Lot No

1

Title

Lot 1 - North Hampshire

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 May 2025

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Cleansing Service Group Limited

Fusion 3, 1200 Parkway, Solent Business Park, Whiteley

Fareham

PO15 7AD

Email

enquiries@csg.co.uk

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
Internet address

https://www.csg.co.uk/

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £495,000

Total value of the contract/lot: £111,774


Section five. Award of contract

Contract No

1

Lot No

2

Title

Lot 2 - South Hampshire

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 May 2025

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Cleansing Service Group Limited

Fusion 3, 1200 Parkway, Solent Business Park, Whiteley

Fareham

PO15 7AD

Email

enquiries@csg.co.uk

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
Internet address

https://www.csg.co.uk/

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £1,492,500

Total value of the contract/lot: £252,585


Section five. Award of contract

Contract No

1

Lot No

3

Title

Lot 3 - East Dorset

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 May 2025

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Cleansing Service Group Limited

Fusion 3, 1200 Parkway, Solent Business Park, Whiteley

Fareham

PO15 7AD

Email

enquiries@csg.co.uk

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
Internet address

https://www.csg.co.uk/

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £212,500

Total value of the contract/lot: £27,087


Section five. Award of contract

Contract No

1

Lot No

4

Title

Lot 4 - West Dorset

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 May 2025

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Cleansing Service Group Limited

Fusion 3, 1200 Parkway, Solent Business Park, Whiteley

Fareham

PO15 7AD

Email

enquiries@csg.co.uk

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
Internet address

https://www.csg.co.uk/

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £202,500

Total value of the contract/lot: £60,894


Section five. Award of contract

Contract No

1

Lot No

5

Title

Lot 5 - Devon & Cornwall

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 May 2025

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 6

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Cleansing Service Group Limited

Fusion 3, 1200 Parkway, Solent Business Park, Whiteley

Fareham

PO15 7AD

Email

enquiries@csg.co.uk

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
Internet address

https://www.csg.co.uk/

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £140,000

Total value of the contract/lot: £20,766


Section five. Award of contract

Contract No

1

Lot No

6

Title

Lot 6 - Somerset

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 May 2025

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 8

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Cleansing Service Group Limited

Fusion 3, 1200 Parkway, Solent Business Park, Whiteley

Fareham

PO15 7AD

Email

enquiries@csg.co.uk

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
Internet address

https://www.csg.co.uk/

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £405,000

Total value of the contract/lot: £50,940


Section five. Award of contract

Contract No

1

Lot No

7

Title

Lot 7 – Wiltshire

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 May 2025

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Cleansing Service Group Limited

Fusion 3, 1200 Parkway, Solent Business Park, Whiteley

Fareham

PO15 7AD

Email

enquiries@csg.co.uk

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
Internet address

https://www.csg.co.uk/

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £67,500

Total value of the contract/lot: £15,864


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

7 Rolls Building, Fetter Lane

London

EC4A 1NL

Country

United Kingdom