Tender

STAR & TPPL Materials Framework

  • STAR Procurement C/O Trafford Council

F02: Contract notice

Notice identifier: 2025/S 000-002630

Procurement identifier (OCID): ocds-h6vhtk-04d64a

Published 24 January 2025, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

STAR Procurement C/O Trafford Council

Trafford Council, 4th Floor, Waterside House, Waterside Plaza

Sale

M33 7ZF

Email

tenders@tppl.co.uk

Telephone

+44 1954250517

Country

United Kingdom

Region code

UKD - North West (England)

Internet address(es)

Main address

http://www.trafford.gov.uk/

Buyer's address

http://www.trafford.gov.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-Sale:-Building-materials./962UXZQ44Y

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-UK-Sale:-Building-materials./962UXZQ44Y

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local Agency/Office

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

STAR & TPPL Materials Framework

Reference number

TPPLSTBM01

two.1.2) Main CPV code

  • 44111000 - Building materials

two.1.3) Type of contract

Supplies

two.1.4) Short description

STAR Procurement (“STAR”) invites tenders for organisations to participate in a 48 month framework agreement for the supply of building materials and associated services. The range and types of materials to be supplied are detailed in within the procurement documents.

The Procurement Partnership Limited ("TPPL") are acting as an agent on behalf of STAR and will undertake individually or jointly all activities relating to this proposed Agreement including but not limited to management of this tender process, evaluation of submissions, management of the framework when awarded, delivery of mini-competitions, assistance with direct awards and collection of associated framework fees.

STAR intends to make the resulting agreement available for use by all STAR member authorities, and all Contracting Authorities throughout all administrative regions of the United Kingdom (as defined by the Public Contracts Regulations 2015). This includes, but is not limited to, Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase the above supplies/services

two.1.5) Estimated total value

Value excluding VAT: £400,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Managed/Dedicated/One Stop Shop Solutions

Lot No

1

two.2.2) Additional CPV code(s)

  • 44100000 - Construction materials and associated items
  • 44110000 - Construction materials
  • 44111000 - Building materials
  • 44115210 - Plumbing materials
  • 31681410 - Electrical materials
  • 79991000 - Stock-control services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Managed/Dedicated/One Stop Shop Solutions, including but not limited to all building materials (covering materials available under the other lots detailed within this framework) and services required by a Contracting Authority. Types of managed store/one-stop shop/dedicated store may include, but is not limited to, the provision of:

-standalone bespoke branches

-dedicated counter/storage at an existing merchant branch

-remote ‘non-staffed’ stores

-fully delivered services

-inventory/van-stock management systems/solutions

All materials detailed as within the scope of lots 2 – 7 maybe supplied under call-off contracts awarded via this lot 1. Other materials, typically available to the successful suppliers within their supply-chain may also be specified by Contracting Authorities if proportionate and relevant to the intended nature of the provision, i.e. they are materials typically used in the repair/maintenance of, or for installation in domestic or commercial properties.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £250,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Following the expiry of this framework in 48 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/962UXZQ44Y

two.2) Description

two.2.1) Title

General Building Materials

Lot No

2

two.2.2) Additional CPV code(s)

  • 44111000 - Building materials
  • 44112000 - Miscellaneous building structures
  • 44110000 - Construction materials

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

General Building Materials, including but not limited to timber, ironmongery, paints/solvents, silicone sealants, kitchens, fasteners & fixings, paving/kerbs - small load and bulk, sand and all aggregates, decorative gravels, insulation, lintels, flooring, tiles, grout, adhesives, roofing, bricks and blocks, mortar, plaster and boarding, sundry items, doors (internal/external and timber/PVC-U), windows (timber/PVC-U), construction chemicals, handheld tools and PPE.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £25,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Following the expiry of this framework in 48 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Plumbing, Heating and Gas Spares

Lot No

3

two.2.2) Additional CPV code(s)

  • 44115200 - Plumbing and heating materials
  • 39144000 - Bathroom furniture
  • 42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
  • 44620000 - Central-heating radiators and boilers and parts
  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 42515000 - District heating boiler
  • 44411000 - Sanitary ware

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Plumbing, Heating and Gas Spares, including but not limited to ventilation, domestic boilers, gas spares/parts (e.g. pumps, PCBs etc), heating controls, expansion vessels, motorised valves & pumps, radiators, water treatment, bathroom sanitary ware and fittings, showers, copper (and plastic) fittings and tube, tanks, cylinders, brassware (bathroom and kitchen), sinks, plastic plumbing, drainage/waste pipes and fittings, rainwater goods, renewable energy products (solar PV, heat pumps), accessibility products (e.g. grab rails), commercial plumbing, plumbing sundries, consumables, and accessories.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £25,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Following the expiry of this framework in 48 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Electrical

Lot No

4

two.2.2) Additional CPV code(s)

  • 31681410 - Electrical materials
  • 31210000 - Electrical apparatus for switching or protecting electrical circuits
  • 31200000 - Electricity distribution and control apparatus
  • 31213000 - Distribution equipment
  • 31224000 - Connections and contact elements
  • 31321200 - Low- and medium-voltage cable
  • 31500000 - Lighting equipment and electric lamps
  • 31680000 - Electrical supplies and accessories

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Electrical, including but not limited to wiring and accessories, sockets, lighting, street lighting, distribution equipment, consumer units, breakers, cables and cable management, electric showers, data networking, test and detection, electrical control, fire and CO2 detection, security systems, renewable energy products, heating and cooling and mobile lighting.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £25,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Following the expiry of this framework in 48 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Kitchens

Lot No

5

two.2.2) Additional CPV code(s)

  • 39141400 - Fitted kitchens
  • 39141000 - Kitchen furniture and equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Lot 5: Kitchens, including but not limited to, kitchen doors, kitchen cabinets & carcase (flat-pack and pre-assembled), kitchen fittings, worktops, kitchen sinks and taps, appliances (including cooker hoods, hobs, ovens, fridges, freezers), kitchen surfaces & worktops, kitchen storage, accessible/adapted kitchens, and kitchens for residential/non-residential properties. It is expected that awards shall primarily be for supply only, though additional services maybe specified under call-off processes. Additional services may include, but are not limited to, surveys & design, and installation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £25,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Following the expiry of this framework in 48 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Tools, equipment, and PPE

Lot No

6

two.2.2) Additional CPV code(s)

  • 43830000 - Power tools
  • 42676000 - Parts of hand tools
  • 44511000 - Hand tools
  • 44512000 - Miscellaneous hand tools
  • 18110000 - Occupational clothing
  • 18130000 - Special workwear
  • 18140000 - Workwear accessories
  • 18830000 - Protective footwear
  • 33735100 - Protective goggles
  • 35113000 - Safety equipment
  • 35113400 - Protective and safety clothing

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Tools, equipment, and PPE, including but not limited to, power tools (wired and cordless) such as drills, saws, grinders, torches/worklights, generators, multi-tools, impact drivers, screwdrivers, nail guns, pumps routers/planers, sprayers, mixers, jack hammers, breakers, sanders, and all required accessories including, batteries, chargers, and consumables.

Hand tools, including (but not limited to): screwdrivers, bolsters, wrecking bars, spanners, wrenches, levels, measuring & detection, building tools, plumbing tools, engineering tools, electrical tools, pliers, cutters, clamps, vices, buckets, and work benches. To include all accessories and consumables.

PPE & clothing, including, but not limited to, safety footwear (boots, rigger, shoes, wellington), trousers, shorts, sweatshirts, polo shirts, jackets/coats (including high visibility), waterproof clothing (including high visibility), safety eyewear, gloves, face masks & respirators, headwear, ear protection, knee protection, and height safety.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £5,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Following the expiry of this framework in 48 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Aggregates, Concrete, and Roadstone

Lot No

7

two.2.2) Additional CPV code(s)

  • 44113000 - Road-construction materials
  • 44113140 - Roadstone
  • 44113310 - Coated road materials
  • 44113320 - Coated roadstone
  • 44113700 - Road-repair materials
  • 44113800 - Road-surfacing materials
  • 44113900 - Road-maintenance materials

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Aggregates, Concrete, and Roadstone, including but not limited to all, aggregates, sand, gravel, asphalt, tarmac, bitumen, cements, concretes (mixed on site or in a batching plant), mortars, surface dressings, coated and uncoated roadstones, recycled materials, chippings, and grouts. All materials to be available across the range of delivery sizes/methods commonly used.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £40,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Following the expiry of this framework in 48 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Inventory Management and Asset Tracking

Lot No

8

two.2.2) Additional CPV code(s)

  • 48430000 - Inventory management software package

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Inventory Management and Asset Tracking, including but not limited to, provision of cloud-based inventory management software on a standalone basis, for stores, vans, and other locations. May also include asset management/tracking solutions, and the supply/hire/lease of machines and equipment for self-serve access to product. The reference to ‘asset Management’ is not in the context of the social housing sector. For Lot 8, ‘asset’ is a reference to physical product, equipment, devices and tools, i.e. any physical item that a Contracting Authority identifies as an asset.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £5,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Following the expiry of this framework in 48 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

7 March 2025

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

7 March 2025

Local time

12:05pm

Place

TPPL or STAR offices

Information about authorised persons and opening procedure

Authorised TPPL or STAR officers, opening via the Delta eSourcing platform.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: In 48 months from the date of this notice

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.STAR intends to make the resulting agreement available for use by all STAR member authorities, and all Contracting Authorities throughout all administrative regions of the United Kingdom (as defined by the Public Contracts Regulations 2015).

Please see the following websites for further detail of these definable groups:

http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm

https://gov.wales/find-your-local-authority

http://www.nidirect.gov.uk/local-councils-in-northern-ireland

http://www.cosla.gov.uk/councils

https://www.gov.uk/government/publications/current-registered-providers-of-social-housing

https://www.housingregulator.gov.scot/landlord-performance/landlords)

https://gov.wales/registered-social-landlords

https://www.nidirect.gov.uk/contacts/housing-associations

https://www.gov.uk/government/organisations/department-for-education

https://www.aoc.co.uk/about/list-of-colleges-in-the-uk

https://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies

http://www.schoolswebdirectory.co.uk/localauthorities.php

https://www.gov.uk/find-school-in-england

https://education.gov.scot/ParentZone

https://gov.wales/address-list-schools

http://apps.education-ni.gov.uk/appinstitutes/default.aspx

https://www.gov.uk/government/publications/open-academies-and-academy-projects-in-development

https://www.england.nhs.uk/publication/nhs-provider-directory/

https://www.specialistinfo.com/trust_find.php?r=SC&s=3&l=0

https://www.scot.nhs.uk/organisations/

https://www.nhsinform.scot/scotlands-service-directory

https://www.nhs.wales/hpb/local-services/

https://aace.org.uk/uk-ambulance-service/

http://www.scottishambulance.com/TheService/organised.aspx

https://www.nidirect.gov.uk/contacts/health-and-social-care-trusts

https://www.gov.uk/government/organisations

http://www.northernireland.gov.uk/gov.htm

https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies

https://www.police.uk/pu/contact-us/uk-police-forces/

https://www.police.uk/pu/your-area/police-service-of-northern-ireland/

http://www.scotland.police.uk/

https://www.gov.uk/government/organisations/maritime-and-coastguard-agency

http://www.fireservice.co.uk/information/ukfrs

https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services

https://www.nifrs.org/contact-us/

http://www.firescotland.gov.uk/your-area.aspx

http://www.oscr.org.uk/

http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/registerhomepage.aspx

https://www.gov.uk/government/organisations/national-probation-service/about#divisional-areas

https://communityleisureuk.org/members/

The Agreement is available to all current and future members of The Procurement Partnership Limited’s (TPPL) buying club. A list of members of TPPL can be obtained from http://www.tppl.co.uk/about-us/our-members/. Members of the TPPL buying club can only be public sector organisations and their wholly owned subsidiaries who classify as a contracting authority.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Sale:-Building-materials./962UXZQ44Y

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/962UXZQ44Y

GO Reference: GO-2025124-PRO-29220760

six.4) Procedures for review

six.4.1) Review body

The High Court

Royal Court of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

N/A

N/A

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

STAR will incorporate a minimum 10 calendar day standstill period at the point information on the award of the framework agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award the framework agreement before it is executed/signed.

The Public Contracts Regulations 2015 (‘Regulations’) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where an agreement has not been entered into the court may order the setting aside of the award decision or order STAR to amend any document and may award damages. If the framework agreement has been entered into the court has the options to award damages and/or to shorten or order the framework agreement ineffective.

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

N/A

N/A

Country

United Kingdom