Notice Information
Notice Title
CCTV & Door Entry Systems
Notice Description
for the provision of servicing, maintenance, emergency response, and installation services for Door Entry Systems, Automatic Opening Equipment, and CCTV Systems across Aster Group's housing stock. The contract will be split into two geographical Lots - East (London, Hampshire, and Wiltshire) and West (Dorset, Somerset, Devon, and Cornwall) - and will cover routine cyclical servicing, responsive repairs, out-of-hours emergency works, and the supply and installation of new systems where required. The appointed supplier(s) will support Aster's compliance with statutory duties and internal standards, while delivering performance improvements, enhanced resilience, and value for money. The proposed contract duration is 4 years, with two optional 1-year extensions, under Aster's amended JCT 2016 Measured Term Contract.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05520e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/034517-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
35 - Security, fire-fighting, police and defence equipment
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
32235000 - Closed-circuit surveillance system
32323500 - Video-surveillance system
32441100 - Telemetry surveillance system
35120000 - Surveillance and security systems and devices
35125000 - Surveillance system
44221000 - Windows, doors and related items
44221220 - Fire doors
44521110 - Door locks
45421100 - Installation of doors and windows and related components
45421130 - Installation of doors and windows
45421131 - Installation of doors
79714000 - Surveillance services
Notice Value(s)
- Tender Value
- £5,500,000 £1M-£10M
- Lots Value
- £5,500,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 23 Jun 20258 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 21 Nov 2025 - 21 Nov 2029 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ASTER GROUP LIMITED
- Contact Name
- Not specified
- Contact Email
- aster.procurement@aster.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- DEVIZES
- Postcode
- SN10 2AZ
- Post Town
- Swindon
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK7 Gloucestershire and Wiltshire
- Small Region (ITL 3)
- TLK72 Wiltshire
- Delivery Location
- Not specified
-
- Local Authority
- Wiltshire
- Electoral Ward
- Urchfont & Bishops Cannings
- Westminster Constituency
- Melksham and Devizes
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/034517-2025
23rd June 2025 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-05520e-2025-06-23T17:03:10+01:00",
"date": "2025-06-23T17:03:10+01:00",
"ocid": "ocds-h6vhtk-05520e",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-IP29573R",
"name": "ASTER GROUP LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "IP29573R"
},
"address": {
"streetAddress": "Sarson Court",
"locality": "Devizes",
"postalCode": "SN10 2AZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK15"
},
"contactPoint": {
"email": "aster.procurement@aster.co.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-COH-IP29573R",
"name": "ASTER GROUP LIMITED"
},
"tender": {
"id": "ocds-h6vhtk-05520e",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "CCTV & Door Entry Systems",
"description": "for the provision of servicing, maintenance, emergency response, and installation services for Door Entry Systems, Automatic Opening Equipment, and CCTV Systems across Aster Group's housing stock. The contract will be split into two geographical Lots - East (London, Hampshire, and Wiltshire) and West (Dorset, Somerset, Devon, and Cornwall) - and will cover routine cyclical servicing, responsive repairs, out-of-hours emergency works, and the supply and installation of new systems where required. The appointed supplier(s) will support Aster's compliance with statutory duties and internal standards, while delivering performance improvements, enhanced resilience, and value for money. The proposed contract duration is 4 years, with two optional 1-year extensions, under Aster's amended JCT 2016 Measured Term Contract.",
"status": "active",
"items": [
{
"id": "LOT-0001",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32235000",
"description": "Closed-circuit surveillance system"
},
{
"scheme": "CPV",
"id": "32323500",
"description": "Video-surveillance system"
},
{
"scheme": "CPV",
"id": "32441100",
"description": "Telemetry surveillance system"
},
{
"scheme": "CPV",
"id": "35120000",
"description": "Surveillance and security systems and devices"
},
{
"scheme": "CPV",
"id": "35125000",
"description": "Surveillance system"
},
{
"scheme": "CPV",
"id": "44221000",
"description": "Windows, doors and related items"
},
{
"scheme": "CPV",
"id": "44221220",
"description": "Fire doors"
},
{
"scheme": "CPV",
"id": "44521110",
"description": "Door locks"
},
{
"scheme": "CPV",
"id": "45421100",
"description": "Installation of doors and windows and related components"
},
{
"scheme": "CPV",
"id": "45421130",
"description": "Installation of doors and windows"
},
{
"scheme": "CPV",
"id": "45421131",
"description": "Installation of doors"
},
{
"scheme": "CPV",
"id": "79714000",
"description": "Surveillance services"
}
],
"relatedLot": "LOT-0001"
}
],
"value": {
"amountGross": 6600000,
"amount": 5500000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This procurement is being conducted under the Competitive Flexible Procedure in accordance with section 20 of the Procurement Act 2023. The process is structured as a two-stage procedure, consisting of the following steps: Request to Participate - PSQ Stage (Current Stage): Suppliers are invited to submit responses to this Pre-Selection Questionnaire (PSQ), which will be evaluated on a pass/fail and scored basis. The PSQ assesses economic and financial standing, technical and professional ability, and compliance with relevant legislation and policies. Only those Participants who meet the minimum requirements and score sufficiently in the evaluation will progress to the next stage. Shortlisting: Aster Housing intends to invite between 3 and 5 highest scoring Participants per Lot to submit a full tender. However, Aster reserves the right to include any additional suppliers whose scores fall within 5 points of the highest scoring bidder, to preserve competition. Invitation to Tender - ITT Stage: Shortlisted Participants will receive an Invitation to Tender (ITT), which includes the detailed specification, contract terms, evaluation methodology, and pricing documents. This stage will evaluate the final bid submissions based on quality and cost criteria. Clarification and Final Bid Submission: A single round of clarifications will be permitted during the ITT period. Final tenders must be submitted by the stated deadline. Evaluation will be conducted by an internal panel in accordance with the published criteria. Standstill and Award: Following evaluation and moderation, a formal award decision will be communicated. A standstill period will apply in accordance with the Act. The contract will then be finalised and mobilised, with notices published on the central digital platform."
},
"mainProcurementCategory": "works",
"aboveThreshold": true,
"submissionMethodDetails": "All PSQ Responses must be submitted electronically via the In-Tend portal: www.in-tendorganiser.co.uk (Select Aster Group from the list of organisations) Participants are strongly advised to familiarise themselves with the Portal and allow sufficient time to complete and upload their submission ahead of the deadline. Late submissions will not be accepted. Submission Deadline: 12:00:00 (midday) on 11/07/2025 Participants must not submit any part of their PSQ Response via email. Any attempt to do so may result in disqualification. Once submitted, a confirmation pop-up will appear on the Portal. It is the Participant's responsibility to ensure this confirmation is received and to verify their documents have been successfully uploaded.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-07-04T23:59:59Z",
"awardPeriod": {
"endDate": "2025-10-27T23:59:59+00:00"
},
"lots": [
{
"id": "LOT-0001",
"status": "active",
"value": {
"amountGross": 6600000,
"amount": 5500000,
"currency": "AED"
},
"awardCriteria": {
"weightingDescription": "At this stage, suppliers will be assessed against defined selection criteria to ensure they have the necessary capability, experience, and financial standing to deliver the contract. The selection criteria include: Financial standing - minimum annual turnover of PS3.3 million Technical and professional ability - relevant experience delivering similar contracts Insurance cover - confirmation of required insurances (e.g. public liability, employers' liability, professional indemnity) Compliance checks - confirmation of legal and regulatory compliance, including exclusion grounds under the Procurement Act 2023 Operational capability - ability to deliver services across the specified regions and meet response times Health and safety, data protection, and equality policies - appropriate policies and procedures in place Suppliers will be evaluated on a pass/fail basis for minimum requirements, and scored on qualitative responses to determine shortlisting for the next stage.",
"criteria": [
{
"type": "price",
"name": "Simple description",
"description": "At this stage, suppliers will be assessed against defined selection criteria to ensure they have the necessary capability, experience, and financial standing to deliver the contract. The selection criteria include: Financial standing - minimum annual turnover of PS3.3 million Technical and professional ability - relevant experience delivering similar contracts Insurance cover - confirmation of required insurances (e.g. public liability, employers' liability, professional indemnity) Compliance checks - confirmation of legal and regulatory compliance, including exclusion grounds under the Procurement Act 2023 Operational capability - ability to deliver services across the specified regions and meet response times Health and safety, data protection, and equality policies - appropriate policies and procedures in place Suppliers will be evaluated on a pass/fail basis for minimum requirements, and scored on qualitative responses to determine shortlisting for the next stage."
}
]
},
"contractPeriod": {
"startDate": "2025-11-21T00:00:00+00:00",
"endDate": "2029-11-21T23:59:59+00:00",
"maxExtentDate": "2031-11-21T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "Two 1 year extensions available"
}
}
],
"documents": [
{
"id": "A-2450",
"documentType": "biddingDocuments",
"description": "PSQ",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2450",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "034517-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/034517-2025",
"datePublished": "2025-06-23T17:03:10+01:00",
"format": "text/html"
}
]
},
"language": "en"
}