Section one: Contracting authority
one.1) Name and addresses
Aster Group Limited
Sarson Court, Horton Avenue
Devizes
SN10 2AZ
Contact
Rob Gilbert
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/aster/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/aster/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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.1.5) Estimated total value
Value excluding VAT: £3,015,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
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
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: £495,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended by up to a further 24 months by two 12 month extensions at Aster Group Ltd's discretion.
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) 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
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: £1,492,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended by up to a further 24 months by two 12 month extensions at Aster Group Ltd's discretion.
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) 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
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: £212,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended by up to a further 24 months by two 12 month extensions at Aster Group Ltd's discretion.
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) 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
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: £202,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended by up to a further 24 months by two 12 month extensions at Aster Group Ltd's discretion.
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) 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
- UKK30 - Cornwall and Isles of Scilly
- UKK4 - Devon
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
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: £140,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended by up to a further 24 months by two 12 month extensions at Aster Group Ltd's discretion.
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) 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
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: £405,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended by up to a further 24 months by two 12 month extensions at Aster Group Ltd's discretion.
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) 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
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: £67,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended by up to a further 24 months by two 12 month extensions at Aster Group Ltd's discretion.
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
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 000-000153
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 November 2024
Local time
12:00pm
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)
four.2.7) Conditions for opening of tenders
Date
1 November 2024
Local time
12:00pm
Place
As set out in the Procurement Documents
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Twelve months prior to the end of the contract
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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