Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

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

  • First published: 01 October 2024
  • Last modified: 01 October 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-042a8c
Published by:
Aster Group Limited
Authority ID:
AA26484
Publication date:
01 October 2024
Deadline date:
01 November 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

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.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 abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


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.1.5) Estimated total value

Value excluding VAT: 3 015 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

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

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: 495 000.00  GBP

II.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.

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

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

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: 1 492 500.00  GBP

II.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.

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

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

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: 212 500.00  GBP

II.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.

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

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

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: 202 500.00  GBP

II.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.

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

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:

UKK30

UKK4


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

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: 140 000.00  GBP

II.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.

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

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

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: 405 000.00  GBP

II.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.

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

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

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: 67 500.00  GBP

II.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.

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

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:

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

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 000-000153

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 01/11/2024

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: 01/11/2024

Local time: 12:00

Place:

As set out in the Procurement Documents

Section VI: Complementary information

VI.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

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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

30/09/2024

Coding

Commodity categories

ID Title Parent category
50000000 Repair and maintenance services Other Services
45252130 Sewage plant equipment Construction works for sewage treatment plants, purification plants and refuse incineration plants
90400000 Sewage services Sewage, refuse, cleaning and environmental services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
aster.procurement@aster.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.