Tender

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

  • Aster Group Limited

F02: Contract notice

Notice identifier: 2024/S 000-031193

Procurement identifier (OCID): ocds-h6vhtk-042a8c

Published 30 September 2024, 1:59pm



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.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