- Scope of the procurement
- Lot 1. Managed/Dedicated/One Stop Shop Solutions
- Lot 2. General Building Materials
- Lot 3. Plumbing, Heating and Gas Spares
- Lot 4. Electrical
- Lot 5. Kitchens
- Lot 6. Tools, equipment, and PPE
- Lot 7. Aggregates, Concrete, and Roadstone
- Lot 8. Inventory Management and Asset Tracking
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
Telephone
+44 1954250517
Country
United Kingdom
Region code
UKD - North West (England)
Internet address(es)
Main address
Buyer's address
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://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