Tender

Cirrus Consortium Kitchen Supply Framework 2025

  • Cirrus Consortium c/o Halton Housing

F02: Contract notice

Notice identifier: 2025/S 000-002725

Procurement identifier (OCID): ocds-h6vhtk-04d67a

Published 27 January 2025, 2:45pm



Section one: Contracting authority

one.1) Name and addresses

Cirrus Consortium c/o Halton Housing

Waterfront Point

Widnes

WA8 0TD

Contact

Claire Paton

Email

tenders@cirruspurchasing.co.uk

Country

United Kingdom

Region code

UK - United Kingdom

Companies House

RS007744

Internet address(es)

Main address

https://www.haltonhousing.co.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/respond/W8K698ERH2

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/respond/W8K698ERH2

one.4) Type of the contracting authority

Other type

Central Purchasing Body

one.5) Main activity

Other activity

Central Purchasing Body


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Cirrus Consortium Kitchen Supply Framework 2025

Reference number

919815539

two.1.2) Main CPV code

  • 39141000 - Kitchen furniture and equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Consortium is seeking to establish a new framework of kitchen manufacturers and suppliers for the supply of kitchens to replace the current Cirrus Consortium Kitchen Materials Supply Framework which is due to expire in November 2025.

While the new framework is predominantly for the supply of kitchen materials; installation and other associated services will also be available. Whole kitchens and/or component parts of kitchens may be required by contracting authorities to fulfil the needs of their organisation, whether that is for planned investment programmes, void replacement kitchen installations, new build and outright sale properties, kitchen repairs and maintenance or any other reason. Consortium members may procure ancillary products such as tiles, flooring, lighting and internal doors through the framework as necessary to meet their needs.

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. The framework is available for use by all contracting authorities as defined by Regulation 2 of the Public Contracts Regulations 2015 #102. Defined groups can be found in Schedule 4 of the Framework Agreement. The framework is also available for use by all current and future members of The Consortium.

two.1.5) Estimated total value

Value excluding VAT: £150,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 39141000 - Kitchen furniture and equipment
  • 39151300 - Modular furniture
  • 39700000 - Domestic appliances
  • 45421151 - Installation of fitted kitchens

two.2.3) Place of performance

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

Across the United Kingdom, excluding Northern Ireland.

two.2.4) Description of the procurement

The Consortium is seeking to establish a new framework of kitchen manufacturers and suppliers for the supply of kitchens to replace the current Cirrus Consortium Kitchen Materials Supply Framework which is due to expire in November 2025.

In compliance with Public Contracts Regulations 2015 #102, Halton Housing (Community Benefit Society Registration number: 7744) are the principle contracting authority for the establishment of this framework and Cirrus Purchasing Ltd are the managing agent on behalf of the Cirrus Consortium.

While the new framework is predominantly for the supply of kitchen materials; installation and other associated services will also be available. Whole kitchens and/or component parts of kitchens may be required by contracting authorities to fulfil the needs of their organisation, whether that is for planned investment programmes, void replacement kitchen installations, new build and outright sale properties, kitchen repairs and maintenance or any other reason. Consortium members may procure ancillary products such as tiles, flooring, lighting and internal doors through the framework as necessary to meet their needs.

The outcome of the tender process will be a four-year Framework Agreement expected to commence during May 2025. It is envisaged that the final framework will be awarded to approximately 15 suppliers.

The framework supports the full range of service delivery models that may be required by consortium members for the provision of their kitchen materials supply requirements, including but not limited to the following:

- Delivery of kitchens components direct to site

- Collections from manufacturer/supplier sales outlet network

- Supply and installation of kitchens

- Replenishment of client stores facilities

- Kitchen design service and surveying

Any additional services that could feasibly be required as part of a kitchen materials supply contract may also be provided as part of call-off contracts.

The framework is to cover the full range of kitchen and related materials required by consortium members including, but not limited to the following:

- Readymade (pre-assembled) kitchen units and accessories

- Flat pack kitchen units and accessories

- Kitchen unit doors and accessories

- Worktops and accessories

- Kitchen wall tiles, flooring and associated products

- Kitchen appliances

- Adapted kitchen items and accessories

- Modular kitchens

- Any other item that could reasonably be required by consortium members as part of a kitchen materials supply contract

The framework is to cover call-off contracts made within England, Scotland and Wales, but excludes Northern Ireland. The framework is available for use by all contracting authorities as defined by Regulation 2 of the Public Contracts Regulations 2015 #102. Defined groups can be found in Schedule 4 of the Framework Agreement. The framework is also available for use by all current and future members of The Consortium.

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: £150,000,000

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

The framework will be re-tendered to ensure sufficient coverage for Consortium members.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Any supplier may be disqualified who has been convicted of:

(a) conspiracy within the meaning of Section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);

(b) corruption within the meaning of Section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or Section 1 of the Prevention of Corruption Act 1906(e),

(c) the common law offence of bribery;

(d) bribery within the meaning of Sections 1, 2 or 6 of the Bribery Act 2010(f), or Section 113 of the Representation of the People Act 1983(g);

(e) where the offence relates to fraud affecting the European Communities' financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):

(i) the common law offence of cheating the Revenue;

(ii) the common law offence of conspiracy to defraud;

(iii) fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l);

(iv) fraudulent trading within the meaning of Section 458 of the Companies Act 1985(m), Article 451 of the Companies (Northern Ireland) Order 1986(n) or Section 993 of the Companies Act 2006(o);

(v) fraudulent evasion within the meaning of Section 170 of the Customs and Excise Management Act 1979(p) or Section 72 of the Value-Added Tax Act 1994(q);

(vi) an offence in connection with taxation in the European Union within the meaning of Section 71 of the Criminal Justice Act 1993(r);

(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of Section 20 of the Theft Act 1968(s) or Section 19 of the Theft Act (Northern Ireland) 1969(t);

(viii) fraud within the meaning of Section 2, 3 or 4 of the Fraud Act 2006(u); or

(ix) the possession of articles for use in frauds within the meaning of Section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of Section 7 of that Act;

(f) any offence listed:

(i) in Section 41 of the Counter Terrorism Act 2008(a); or

(ii) in Schedule 2 to that act where the court has determined that there is a terrorist connection;

(g) any offence under Sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);

(h) money laundering within the meaning of Sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);

(i) an offence in connection with the proceeds of criminal conduct within the meaning of Section 93A, 93B or 93C of the Criminal Justice Act 1988(d) or Article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(e);

(j) an offence under Section 4 of the Asylum and Immigration (Treatment of Claimants, etc. Act 2004(f));

(k) an offence under Section 59A of the Sexual Offences Act 2003(g);

(l) an offence under Section 71 of the Coroners and Justice Act 2009(h);

(m) an offence in connection with the proceeds of drug trafficking within the meaning of Section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or

(n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive:

(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or

(ii) created, after the day on which these regulations were made, in the law of England and Wales or Northern Ireland.

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

Envisaged maximum number of participants to the framework agreement: 15

four.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

An electronic auction will not be used as part of selection onto the framework agreement. However Consortium Members reserve the right to conduct mini-competitions through e-auctions.

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

24 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

24 March 2025

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2029

six.3) Additional information

The framework is available for use by all contracting authorities as defined by Regulation 2 of the Public Contracts Regulations 2015 #102. Defined groups can be found in Schedule 4 of the Framework Agreement. The framework is also available for use by all current and future members of The Consortium.

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

This tender process will incorporate a minimum 10 calendar day standstill period at the point information on the award is communicated to tenderers. Appeals can be directly raised via the contact points detailed in section VI.4.1 of this Contract Notice. The Public Contracts Regulations 2015 #102 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).