Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Aster Group Limited
Sarson Court, Horton Avenue
Devizes
SN10 2AZ
UK
Contact person: Rob Gilbert
E-mail: aster.procurement@aster.co.uk
NUTS: UK
Internet address(es)
Main address: https://www.aster.co.uk
Address of the buyer profile: https://in-tendhost.co.uk/aster/aspx/Home
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
AG0573 - Cyclical Routine Maintenance and Associated Repairs of Foul Water Infrastructure Including Effluent Disposal 2024-2027
Reference number: AG - 0573 - 2020
II.1.2) Main CPV code
90400000
II.1.3) Type of contract
Services
II.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.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
3 015 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - North Hampshire
II.2.2) Additional CPV code(s)
90400000
45252130
50000000
II.2.3) Place of performance
NUTS code:
UKJ3
Main site or place of performance:
Hampshire
II.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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: 2
II.2.1) Title
Lot 2 - South Hampshire
II.2.2) Additional CPV code(s)
90400000
45252130
50000000
II.2.3) Place of performance
NUTS code:
UKJ3
Main site or place of performance:
South Hampshire
II.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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: 3
II.2.1) Title
Lot 3 - East Dorset
II.2.2) Additional CPV code(s)
90400000
45252130
50000000
II.2.3) Place of performance
NUTS code:
UKK25
Main site or place of performance:
East Dorset
II.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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: 4
II.2.1) Title
Lot 4 - West Dorset
II.2.2) Additional CPV code(s)
45252130
50000000
90400000
II.2.3) Place of performance
NUTS code:
UKK25
Main site or place of performance:
West Dorset
II.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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: 5
II.2.1) Title
Lot 5 - Devon & Cornwall
II.2.2) Additional CPV code(s)
90400000
45252130
50000000
II.2.3) Place of performance
NUTS code:
UKK4
UKK30
Main site or place of performance:
Devon and Cornwall
II.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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: 6
II.2.1) Title
Lot 6 - Somerset
II.2.2) Additional CPV code(s)
90400000
45252130
50000000
II.2.3) Place of performance
NUTS code:
UKK23
Main site or place of performance:
Somerset
II.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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: 7
II.2.1) Title
Lot 7 – Wiltshire
II.2.2) Additional CPV code(s)
90400000
45252130
50000000
II.2.3) Place of performance
NUTS code:
UKK1
Main site or place of performance:
Wiltshire
II.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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-031193
Section V: Award of contract
Lot No: 1
Contract No: 1
Title: Lot 1 - North Hampshire
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/05/2025
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 7
Number of tenders received from tenderers from 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
V.2.3) Name and address of the contractor
Cleansing Service Group Limited
Fusion 3, 1200 Parkway, Solent Business Park, Whiteley
Fareham
PO15 7AD
UK
E-mail: enquiries@csg.co.uk
NUTS: UKJ3
Internet address(es)
URL: https://www.csg.co.uk/
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 111 774.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: 1
Title: Lot 2 - South Hampshire
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/05/2025
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 7
Number of tenders received from tenderers from 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
V.2.3) Name and address of the contractor
Cleansing Service Group Limited
Fusion 3, 1200 Parkway, Solent Business Park, Whiteley
Fareham
PO15 7AD
UK
E-mail: enquiries@csg.co.uk
NUTS: UKJ3
Internet address(es)
URL: https://www.csg.co.uk/
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 252 585.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Contract No: 1
Title: Lot 3 - East Dorset
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/05/2025
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 7
Number of tenders received from tenderers from 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
V.2.3) Name and address of the contractor
Cleansing Service Group Limited
Fusion 3, 1200 Parkway, Solent Business Park, Whiteley
Fareham
PO15 7AD
UK
E-mail: enquiries@csg.co.uk
NUTS: UKJ3
Internet address(es)
URL: https://www.csg.co.uk/
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 27 087.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Contract No: 1
Title: Lot 4 - West Dorset
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/05/2025
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 7
Number of tenders received from tenderers from 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
V.2.3) Name and address of the contractor
Cleansing Service Group Limited
Fusion 3, 1200 Parkway, Solent Business Park, Whiteley
Fareham
PO15 7AD
UK
E-mail: enquiries@csg.co.uk
NUTS: UKJ3
Internet address(es)
URL: https://www.csg.co.uk/
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 60 894.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
Contract No: 1
Title: Lot 5 - Devon & Cornwall
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/05/2025
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 6
Number of tenders received from tenderers from 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
V.2.3) Name and address of the contractor
Cleansing Service Group Limited
Fusion 3, 1200 Parkway, Solent Business Park, Whiteley
Fareham
PO15 7AD
UK
E-mail: enquiries@csg.co.uk
NUTS: UKJ3
Internet address(es)
URL: https://www.csg.co.uk/
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 20 766.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 6
Contract No: 1
Title: Lot 6 - Somerset
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/05/2025
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 8
Number of tenders received from tenderers from 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
V.2.3) Name and address of the contractor
Cleansing Service Group Limited
Fusion 3, 1200 Parkway, Solent Business Park, Whiteley
Fareham
PO15 7AD
UK
E-mail: enquiries@csg.co.uk
NUTS: UKJ3
Internet address(es)
URL: https://www.csg.co.uk/
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 50 940.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 7
Contract No: 1
Title: Lot 7 – Wiltshire
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/05/2025
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 7
Number of tenders received from tenderers from 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
V.2.3) Name and address of the contractor
Cleansing Service Group Limited
Fusion 3, 1200 Parkway, Solent Business Park, Whiteley
Fareham
PO15 7AD
UK
E-mail: enquiries@csg.co.uk
NUTS: UKJ3
Internet address(es)
URL: https://www.csg.co.uk/
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 15 864.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
7 Rolls Building, Fetter Lane
London
EC4A 1NL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
02/06/2025