Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Aster Group
Sarsen Court, Horton Avenue
Cannings Hill, Devizes
SN10 2AZ
UK
E-mail: procurement@effefftee.co.uk
NUTS: UK
Internet address(es)
Main address: https://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:
https://www.mytenders.co.uk/
Additional information can be obtained from another address:
Faithorn Farrell Timms LLP
Central Court, 1 Knoll Rose
Orpington
BR6 0JA
UK
E-mail: procurement@effefftee.co.uk
NUTS: UK
Internet address(es)
Main address: www.effefftee.co.uk
Tenders or requests to participate must be sent electronically to:
https://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
Cyclical Decorations and associated works
Reference number: T1-7180
II.1.2) Main CPV code
45453000
II.1.3) Type of contract
Works
II.1.4) Short description
The works required by the contracts, include but are not restricted to: external decorations\wash downs of blocks and houses; internal decorations to communal areas; decorations to bin stores\garages\garage blocks; decorations to other external communal areas; painting and\or treatment of fencing, gates, sheds etc.; pre-treatment repairs; and gutter cleans\repairs. Additionally, the contracts will allow for the option to include additional works and services. For example: internal flooring; external wall repairs; replacement of (pre-cast concrete) canopies etc.; concrete repairs; white lining; H&S repairs, such as localised paving, paths, ironworks, walls, steps etc.; roofing repairs; cleaning of solar panels; pigeon deterrent; moss clearance; and other associated repairs or works that utilising scaffolding.
II.1.5) Estimated total value
Value excluding VAT:
3 750 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45453000
45442110
45451000
II.2.3) Place of performance
NUTS code:
UKK
Main site or place of performance:
Properties generally located in Dorset, Somerset, Devon and Cornwall.
II.2.4) Description of the procurement
The works, each year, will cover approximately 3,000 properties owned/managed by Aster Group. The annual programme of works for this Lot is estimated to be between 750,000 GBP and 1,750,000 GBP (excluding VAT.)
II.2.5) Award criteria
Criteria below:
Quality criterion: Written responses to the technical questions
/ Weighting: 31
Quality criterion: Presented responses at interview
/ Weighting: 9
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
The contracting authority reserves the right to extend the contract for a further one year (12 months.) The maximum duration is therefore three years.
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
Suppliers are to note that there is a separate, on-going procurement for other regions. Aster reserves the right not to award this contract to the highest scoring Tenderer under this process, if they have already been awarded Lot 1 (East) via the separate procurement. This is consistent with the approach previously set out by Aster.
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:
Please refer to the requirements set out in Document 1 and Document 3 (which includes the PAS Questionnaire.)
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please see the tender documentation for all relevant conditions
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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:
18/12/2023
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
18/12/2023
Local time: 12:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Within 3 years, depending on contract extensions.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
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=230773.
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:230773)
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
17/11/2023