Construction Tenders

Fri October 18 2024

Related Information

Construction Contract Leads

South West

Category Works

Type

No. of Lots 1

Status Active

Published 17th Nov 2023

Tender Details
Referenceocds-h6vhtk-041aff
Common Procurement VocabularyOverhaul and refurbishment work
Procurement MethodOpen procedure
Value£3,750,000
« Previous Page

South West

Category Works

Type

No. of Lots 1

Status Active

Published 17th Nov 2023

Tender Details
Referenceocds-h6vhtk-041aff
Common Procurement VocabularyOverhaul and refurbishment work
Procurement MethodOpen procedure
Value£3,750,000

Section I: Contracting authority

I.1) Name and addresses

Aster Group

Sarsen Court, Horton Avenue

Cannings Hill, Devizes

SN10 2AZ

Email

procurement [at] effefftee.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.aster.co.uk/

Buyer's address

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

Email

procurement [at] effefftee.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.effefftee.co.uk

Tenders or requests to participate must be submitted electronically via

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 - Overhaul and refurbishment work

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

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45453000 - Overhaul and refurbishment work
  • 45442110 - Painting work of buildings
  • 45451000 - Decoration work

II.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
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

Quality criterion - Name: Written responses to the technical questions / Weighting: 31

Quality criterion - Name: 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.2.10) 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 the 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 December 2023

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

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 December 2023

Local time

12:30pm


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

Email

publicprocurementreview [at] cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

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

Country

United Kingdom

VI.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom