Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Aster Group
Sarsen Court, Horton Avenue, Cannings Hill
Devizes
SN10 2AZ
UK
Contact person: FFT Procurement Team
Telephone: +44 1689885080
E-mail: procurement@effefftee.co.uk
NUTS: UK
Internet address(es)
Main address: http://www.aster.co.uk
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA12961
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.mytenders.co.uk
Additional information can be obtained from another address:
Faithorn Farrell Timms LLP
Central Court, 1 Knoll Rise
Orpington
BR6 0JA
UK
Contact person: FFT Procurement Team
Telephone: +44 1689885080
E-mail: procurement@effefftee.co.uk
NUTS: UK
Internet address(es)
Main address: http://www.aster.co.uk
Address of the buyer profile: www.effefftee.co.uk
Tenders or requests to participate must be sent electronically to:
www.mytenders.co.uk
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
PR-10486 - Aster Group Door Supply and Installation Contracts
Reference number: PR-10486
II.1.2) Main CPV code
45421131
II.1.3) Type of contract
Works
II.1.4) Short description
The works required by the Contracts, include but are not restricted to the replacement of front and rear entrance doors to properties and associated buildings and could also include associated items such as the likes of fanlights, side lights, etc.
II.1.5) Estimated total value
Value excluding VAT:
11 100 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
II.2) Description
Lot No: 1
II.2.1) Title
East Region Lot - Hampshire, Wiltshire and London
II.2.2) Additional CPV code(s)
44221200
44221000
44221220
45421111
45421131
II.2.3) Place of performance
NUTS code:
UKJ3
UKK15
UKI
Main site or place of performance:
East Region, which includes Hampshire, Wiltshire and London.
II.2.4) Description of the procurement
Aster Group is looking to appoint a contractor to deliver its door installation programme from October 2025 onwards which may include but is not limited to the replacement of front and rear doors (including associated items such as fanlights, sidelights, etc) to properties, communal doors and other associated parts. The approximate maximum value of this lot is envisaged to be circa 5100000.00 over the 3.5 year term. It is anticipated that the maximum term will be 3.5 years with an initial term of 1.5 years, with the option for a further two 1 year extensions.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
5 100 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/10/2025
End:
31/03/2027
This contract is subject to renewal: Yes
Description of renewals:
The initial term is 1.5 years, with the option to extend for up to two years in one year durations. The value under II.2.6 is for the maximum term.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
The 3.5 year term is the maximum possible term.
Lot No: 2
II.2.1) Title
West Region Lot - Somerset and Dorset
II.2.2) Additional CPV code(s)
44221200
44221220
45421130
45421131
44221000
II.2.3) Place of performance
NUTS code:
UKK23
UKK25
Main site or place of performance:
West Lot - Somerset and Dorset
II.2.4) Description of the procurement
Aster Group is looking to appoint a contractor to deliver its door installation programme from October 2025 onwards which may include but is not limited to the replacement of front and rear doors (including associated items such as fanlights, sidelights, etc) to properties, communal doors and other associated parts. The approximate maximum value of this lot is envisaged to be circa 6000000.00 over the 3.5 year term. It is anticipated that the maximum term will be 3.5 years with an initial term of 1.5 years, with the option for a further two 1 year extensions.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
6 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/10/2025
End:
31/03/2027
This contract is subject to renewal: Yes
Description of renewals:
The initial term is 1.5 years, with the option to extend for up to two years in one year durations. The value under II.2.6 is for the maximum term.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
The 3.5 year term is the maximum possible term.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As set out in the procurement documents.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
As set out in the procurement documents.
Minimum level(s) of standards required:
As set out in the procurement documents.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
As set out in the procurement documents.
Minimum level(s) of standards required:
As set out in the procurement documents.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As set out in the procurement documents.
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
07/04/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
07/04/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Aster reserve the right to cancel this procurement at any stage.
The values in this Contract Notice do not allow for inflation and as such may be subject to change. They are also exclusive of VAT.
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=233797.
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:233797)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Royal Courts of Justice, the Strand
London
W2 2LL
UK
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
UK
VI.5) Date of dispatch of this notice
21/02/2025