Tender

Technology Enabled Care Services at Aster Group

ASTER GROUP LIMITED

This public procurement record has 3 releases in its history.

Tender

11 May 2026 at 17:38

PlanningUpdate

19 Jan 2026 at 17:41

Planning

19 Jan 2026 at 17:34

Summary of the contracting process

The procurement process for the Technology Enabled Care Services at Aster Group is currently in the tender stage. Led by ASTER GROUP LIMITED, this procurement seeks partners to transition existing analogue systems to digital-ready solutions as part of the national digital switchover, to be completed by 2027. This involves maintaining call monitoring systems and providing 24/7 Monitoring and Alarm Receiving Centre (ARC) services. Located across regions in the United Kingdom, the procurement concerns the telecommunications and social services industries. The competitive flexible procedure employs an accelerated, open procurement method with submissions required by 8th June 2026, following an enquiry period ending on 29th May 2026. The contract is valued at £3,000,000 with implementation expected to commence from 1st September 2026.

The tender offers significant opportunities for businesses specialising in telecommunications services, repair, and maintenance, especially those experienced in handling technology-enabled care devices. Small to medium-sized enterprises and voluntary community and social enterprises are encouraged to participate, given their suitability and specific criteria relating to economic thresholds and technical qualifications. Participating suppliers may compete for either Lot 1 or Lot 2, but not both, facilitating a more inclusive market entry for niche service providers. By securing a contract, businesses can expand their service portfolios and gain a foothold in a critical national infrastructure project essential for safeguarding vulnerable residents' welfare and safety.

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

Notice Title

Technology Enabled Care Services at Aster Group

Notice Description

Aster provides Technology Enabled Care (TEC) services across a range of grouped living, sheltered and extra care schemes, supporting residents through Hard-Wired alarm systems, Digital Alarm Units (DAUs), dispersed TEC devices and emergency call-handling arrangements. As part of the national digital switchover, all analogue systems must transition to digital-ready solutions by 2027. This requires a coordinated approach across both the maintenance of physical TEC equipment and the delivery of monitoring and alarm receiving services. Lot 1 covers the maintenance, servicing, repair and future upgrade of Aster's Hard-Wired alarm systems, DAUs,smoke detection and fire panels within dwellings. The Contractor will support Aster in ensuring equipment reliability, minimising downtime, maintaining accurate asset data and enabling a smooth transition from analogue to digital-ready systems. These services play a critical role in ensuring that residents can raise alerts safely and consistently. Lot 2 covers Monitoring and Alarm Receiving Centre (ARC) Services. The ARC is responsible for receiving alarm activations, responding to calls, triggering appropriate actions and supporting residents in emergency and welfare situations. The ARC provider will also be responsible for onboarding new TEC users, including configuring monitoring profiles, ensuring alarms route correctly and maintaining up-to-date service user information. In addition, the ARC provider will be required to deliver a suite of performance and operational reports that enable Aster to review service outcomes, monitor compliance, identify trends and assure resident safety. Tenderers must therefore clearly outline the reports they propose to provide as part of their response. The ARC must provide key industry updates from the TSA. Together, the Lot 1 and Lot 2 services form an end-to-end TEC operating model that ensures residents receive a safe, reliable and digitally resilient service. Aster is seeking partners who can support this transformation, safeguard service continuity through the digital migration period and deliver a high-quality resident experience.

Lot Information

Hard-Wired and Digital Alarm Unit (DAU) Maintenance of Call Monitoring Systems

Lot 1 covers the maintenance, servicing, repair and future upgrade of Aster's Hard-Wired alarm systems, DAUs,smoke detection and fire panels within dwellings. The Contractor will support Aster in ensuring equipment reliability, minimising downtime, maintaining accurate asset data and enabling a smooth transition from analogue to digital-ready systems. These services play a critical role in ensuring that residents can raise alerts safely and consistently

Renewal: 2 x 2 year optional extensions

Monitoring and Alarm Receiving Centre (ARC) Services

Provision of a 24/7/365 Alarm Receiving Centre and monitoring service covering dispersed alarms, hard-wired grouped scheme systems, digital TEC devices, telecare peripherals, smoke detection signalling, door entry signalling and roaming pendant devices. Services include alarm receipt and triage, emergency and welfare call handling, escalation and responder coordination, near real-time customer record management, reporting and management information, and full resilience, failover and disaster recovery arrangements. The Supplier will be required to support Aster's digital switchover programme, comply with BS 8521-2 and demonstrate interoperability with the equipment platforms maintained under Lot 1.

Renewal: 2 x 2 year optional extensions

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-060945
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/043242-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment

50 - Repair and maintenance services

64 - Postal and telecommunications services

85 - Health and social work services


CPV Codes

32500000 - Telecommunications equipment and supplies

50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment

64200000 - Telecommunications services

85320000 - Social services

Notice Value(s)

Tender Value
£3,000,000 £1M-£10M
Lots Value
£3,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 May 20263 days ago
Submission Deadline
8 Jun 20264 weeks to go
Future Notice Date
19 Jan 2026Expired
Award Date
Not specified
Contract Period
31 Aug 2026 - 31 Aug 2030 4-5 years
Recurrence
2033-09-01

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
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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
TLI London, TLJ South East (England), TLK South West (England)

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-060945-2026-05-11T18:38:44+01:00",
    "date": "2026-05-11T18:38:44+01:00",
    "ocid": "ocds-h6vhtk-060945",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "004538-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/004538-2026",
                "datePublished": "2026-01-19T17:34:14Z",
                "format": "text/html"
            },
            {
                "id": "004541-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/004541-2026",
                "datePublished": "2026-01-19T17:41:14Z",
                "format": "text/html"
            }
        ],
        "noEngagementNoticeRationale": "A Preliminary Market Engagement (PME) Notice was not published as the engagement was strictly limited to independent technical consultancy for specification drafting. The authority has prepared and maintains a Conflicts Assessment in accordance with Section 81 of the Procurement Act 2023, confirming that the consultant is not a potential supplier and that their involvement does not create a conflict of interest or distort competition. As no wider market testing was conducted, a PME notice was not deemed necessary to ensure a level playing field."
    },
    "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": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ],
                "url": "http://www.aster.co.uk"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PRNW-9755-MGMY"
                }
            ]
        }
    ],
    "buyer": {
        "id": "GB-COH-IP29573R",
        "name": "ASTER GROUP LIMITED"
    },
    "tender": {
        "id": "CAS-01240-W3D2X3",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Technology Enabled Care Services at Aster Group",
        "description": "Aster provides Technology Enabled Care (TEC) services across a range of grouped living, sheltered and extra care schemes, supporting residents through Hard-Wired alarm systems, Digital Alarm Units (DAUs), dispersed TEC devices and emergency call-handling arrangements. As part of the national digital switchover, all analogue systems must transition to digital-ready solutions by 2027. This requires a coordinated approach across both the maintenance of physical TEC equipment and the delivery of monitoring and alarm receiving services. Lot 1 covers the maintenance, servicing, repair and future upgrade of Aster's Hard-Wired alarm systems, DAUs,smoke detection and fire panels within dwellings. The Contractor will support Aster in ensuring equipment reliability, minimising downtime, maintaining accurate asset data and enabling a smooth transition from analogue to digital-ready systems. These services play a critical role in ensuring that residents can raise alerts safely and consistently. Lot 2 covers Monitoring and Alarm Receiving Centre (ARC) Services. The ARC is responsible for receiving alarm activations, responding to calls, triggering appropriate actions and supporting residents in emergency and welfare situations. The ARC provider will also be responsible for onboarding new TEC users, including configuring monitoring profiles, ensuring alarms route correctly and maintaining up-to-date service user information. In addition, the ARC provider will be required to deliver a suite of performance and operational reports that enable Aster to review service outcomes, monitor compliance, identify trends and assure resident safety. Tenderers must therefore clearly outline the reports they propose to provide as part of their response. The ARC must provide key industry updates from the TSA. Together, the Lot 1 and Lot 2 services form an end-to-end TEC operating model that ensures residents receive a safe, reliable and digitally resilient service. Aster is seeking partners who can support this transformation, safeguard service continuity through the digital migration period and deliver a high-quality resident experience.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32500000",
                        "description": "Telecommunications equipment and supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50300000",
                        "description": "Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64200000",
                        "description": "Telecommunications services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "64200000",
                        "description": "Telecommunications services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85320000",
                        "description": "Social services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amountGross": 3600000,
            "amount": 3000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "Qualifying planned procurement notice",
            "features": "Single-stage competitive procedure with the option for clarification meetings, supplier presentations and site visits (Lot 2) at Aster's discretion in accordance with section 10 of the Invitation to Tender. The procedure comprises: Stage 1: Selection Questionnaire (pass/fail) assessed against the exclusion grounds at Schedules 6 and 7 of the Procurement Act 2023 and the conditions of participation set out in the Invitation to Tender Stage 2: Compliance review of tender submissions (pass/fail) Stage 3: Weighted evaluation of Quality (60%) and Price (40%), with optional clarification meetings, presentations and/or site visits"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "https://in-tendhost.co.uk/aster/aspx/Home Tenders must be submitted via the In-Tend e-tendering portal only. Submissions made by any other means will not be considered.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-03-02T12:00:00+00:00",
        "enquiryPeriod": {
            "endDate": "2026-05-29T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-07-23T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "title": "Hard-Wired and Digital Alarm Unit (DAU) Maintenance of Call Monitoring Systems",
                "description": "Lot 1 covers the maintenance, servicing, repair and future upgrade of Aster's Hard-Wired alarm systems, DAUs,smoke detection and fire panels within dwellings. The Contractor will support Aster in ensuring equipment reliability, minimising downtime, maintaining accurate asset data and enabling a smooth transition from analogue to digital-ready systems. These services play a critical role in ensuring that residents can raise alerts safely and consistently",
                "status": "active",
                "value": {
                    "amountGross": 2160000,
                    "amount": 1800000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Pricing",
                            "description": "40 % weighting as detailed in the tender pack",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Quality",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Pricing",
                            "description": "40 % weighting as detailed in the tender pack",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Quality",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 2,
                    "maximumCandidates": 6
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2030-08-31T23:59:59+01:00",
                    "maxExtentDate": "2034-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 x 2 year optional extensions"
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Minimum annual turnover thresholds (Lot-specific, set in accordance with section 22 of the Procurement Act 2023, full details in ITT)"
                        },
                        {
                            "type": "technical",
                            "description": "Relevant accreditations or equivalents including NICEIC certification (Lot 1), BAFE SP203-1 (Lot 1, where applicable), TSA membership or equivalent TEC industry knowledge, Cyber Essentials Plus and ISO 27001 (or commitment to achieve) Evidence of relevant experience over the past three years"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Monitoring and Alarm Receiving Centre (ARC) Services",
                "description": "Provision of a 24/7/365 Alarm Receiving Centre and monitoring service covering dispersed alarms, hard-wired grouped scheme systems, digital TEC devices, telecare peripherals, smoke detection signalling, door entry signalling and roaming pendant devices. Services include alarm receipt and triage, emergency and welfare call handling, escalation and responder coordination, near real-time customer record management, reporting and management information, and full resilience, failover and disaster recovery arrangements. The Supplier will be required to support Aster's digital switchover programme, comply with BS 8521-2 and demonstrate interoperability with the equipment platforms maintained under Lot 1.",
                "status": "active",
                "value": {
                    "amountGross": 1440000,
                    "amount": 1200000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Pricing",
                            "description": "40 % weighting as detailed in the tender pack",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Quality",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Pricing",
                            "description": "40 % weighting as detailed in the tender pack",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Quality",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 2,
                    "maximumCandidates": 6
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2030-08-31T23:59:59+01:00",
                    "maxExtentDate": "2034-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 x 2 year optional extensions"
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Minimum annual turnover thresholds (Lot-specific, set in accordance with section 22 of the Procurement Act 2023)"
                        },
                        {
                            "type": "technical",
                            "description": "Relevant accreditations or equivalents including NICEIC certification (Lot 1), BAFE SP203-1 (Lot 1, where applicable), TSA membership or equivalent TEC industry knowledge, Cyber Essentials Plus and ISO 27001 (or commitment to achieve)"
                        }
                    ]
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 1,
            "maximumLotsAwardedPerSupplier": 1,
            "awardCriteriaDetails": "Suppliers may bid for one Lot only. This restriction is applied to: (a) maintain independent oversight between the party maintaining TEC equipment (Lot 1) and the party operating the Alarm Receiving Centre that monitors that equipment in real time (Lot 2); (b) reduce concentration and continuity risk in a life-safety service supporting vulnerable residents; (c) reflect the materially different technical competencies, accreditations and operating infrastructure required for each Lot; and (d) support participation by specialist SME suppliers in accordance with section 12(4) of the Procurement Act 2023."
        },
        "documents": [
            {
                "id": "A-10525",
                "documentType": "biddingDocuments",
                "description": "Reference only tender pack",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-10525",
                "format": "application/x-zip-compressed"
            },
            {
                "id": "A-10526",
                "documentType": "biddingDocuments",
                "description": "PSQ questionnairre",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-10526",
                "format": "application/pdf"
            },
            {
                "id": "A-10528",
                "documentType": "biddingDocuments",
                "description": "Response Form",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-10528",
                "format": "application/x-zip-compressed"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "The full Invitation to Tender pack, including all appendices and supporting documents, is available via the e-tendering portal.",
                "url": "https://in-tendhost.co.uk/aster/aspx/Home"
            },
            {
                "id": "L-2",
                "documentType": "technicalSpecifications",
                "url": "https://in-tendhost.co.uk/aster/aspx/Home"
            },
            {
                "id": "043242-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/043242-2026",
                "datePublished": "2026-05-11T18:38:44+01:00",
                "format": "text/html"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-19T23:59:59+00:00"
        },
        "tenderPeriod": {
            "endDate": "2026-06-08T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2033-09-01T23:59:59+01:00"
                }
            ]
        },
        "riskDetails": "Section 20 consultation This procurement is subject to consultation with leaseholders under section 20 of the Landlord and Tenant Act 1985 in respect of qualifying long-term agreements. The notice of intention (Stage 1) has been issued and the statement of estimates (Stage 2) will follow the conclusion of tender evaluation. Award is conditional on the satisfactory completion of consultation."
    },
    "language": "en"
}