Tender

CCTV & Door Entry Systems

ASTER GROUP LIMITED

This public procurement record has 1 release in its history.

Tender

23 Jun 2025 at 16:03

Summary of the contracting process

ASTER GROUP LIMITED, a public authority operating within the sub-central government framework, has initiated a tender process for the provision of servicing, maintenance, emergency response, and installation services related to CCTV and Door Entry Systems. The procurement involves work across Aster Group's housing stock spread over two geographical Lots—East (including London, Hampshire, and Wiltshire) and West (encompassing Dorset, Somerset, Devon, and Cornwall). This competitive flexible procedure is currently in the pre-selection questionnaire (PSQ) stage, with the aim of shortlisting suppliers based on their economic, financial, technical, and professional capabilities. The deadline for the electronic submission of PSQ responses is 12:00 midday on 11 July 2025. Starting from November 2025, the contract is proposed to last four years, with possible extensions, and is structured under Aster's amended JCT 2016 Measured Term Contract.

This tender presents an excellent opportunity for businesses involved in surveillance and security systems, particularly those with experience in installation and maintenance services. Given the contract's substantial value of £5.5 million, with additional gross potential, it targets companies with a minimum annual turnover of £3.3 million. Businesses can leverage this opportunity to expand their services geographically and enhance their reputational standing by aligning with a reputable public authority such as ASTER GROUP LIMITED. The procurement opens avenues for suppliers with robust operational capabilities in the specified regions and the infrastructure to meet the outlined performance and compliance requirements. This process is particularly suited for firms equipped with strong technical expertise and those keen to deliver competitive and value-driven results in public service contracts.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
}