Contract

STAR & TPPL Materials Framework

  • STAR Procurement C/O Trafford Council

F03: Contract award notice

Notice identifier: 2025/S 000-019953

Procurement identifier (OCID): ocds-h6vhtk-04d64a (view related notices)

Published 9 May 2025, 10:07am



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.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”) invited 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 were 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 the framework tender process, evaluation of submissions, ongoing management of the framework, delivery of mini-competitions, assistance with direct awards and collection of associated framework fees.

STAR intends to make the 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 Registered Social Landlords, Local Authorities, Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Emergency Services, Coastguard Emergency Services, Educational Establishments and Registered Charities who have a need to purchase the above supplies/services.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £400,000,000

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

Quality criterion - Name: Supporting the Framework / Weighting: 3%

Quality criterion - Name: Account Management & Performance / Weighting: 3%

Quality criterion - Name: Social Value / Weighting: 4%

Quality criterion - Name: Capability & Infrastructure / Weighting: 10%

Quality criterion - Name: Productivity / Weighting: 10%

Quality criterion - Name: IT Systems / Weighting: 8%

Quality criterion - Name: Van-Stock Management / Weighting: 8%

Quality criterion - Name: Customer Engagement / Weighting: 5%

Quality criterion - Name: Supply Options / Weighting: 9%

Cost criterion - Name: Cost Submission / Weighting: 40%

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

Quality criterion - Name: Supporting the Framework / Weighting: 3%

Quality criterion - Name: Account Management & Performance / Weighting: 3%

Quality criterion - Name: Social Value / Weighting: 4%

Quality criterion - Name: Capability & Infrastructure / Weighting: 10%

Quality criterion - Name: Productivity / Weighting: 10%

Quality criterion - Name: IT Systems / Weighting: 8%

Quality criterion - Name: Van-Stock Management / Weighting: 8%

Quality criterion - Name: Customer Engagement / Weighting: 5%

Quality criterion - Name: Supply Options / Weighting: 9%

Cost criterion - Name: Cost Submission / Weighting: 40%

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

Quality criterion - Name: Supporting the Framework / Weighting: 3%

Quality criterion - Name: Account Management & Performance / Weighting: 3%

Quality criterion - Name: Social Value / Weighting: 4%

Quality criterion - Name: Capability & Infrastructure / Weighting: 10%

Quality criterion - Name: Productivity / Weighting: 10%

Quality criterion - Name: IT Systems / Weighting: 8%

Quality criterion - Name: Van-Stock Management / Weighting: 8%

Quality criterion - Name: Customer Engagement / Weighting: 5%

Quality criterion - Name: Supply Options / Weighting: 9%

Cost criterion - Name: Cost Submission / Weighting: 40%

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

Quality criterion - Name: Criterion 1 / Weighting: 3%

Quality criterion - Name: Criterion 2 / Weighting: 3%

Quality criterion - Name: Criterion 3 / Weighting: 4%

Quality criterion - Name: Criterion 4 / Weighting: 10%

Quality criterion - Name: Criterion 5 / Weighting: 10%

Quality criterion - Name: Criterion 6 / Weighting: 8%

Quality criterion - Name: Criterion 7 / Weighting: 8%

Quality criterion - Name: Criterion 8 / Weighting: 5%

Quality criterion - Name: Criterion 9 / Weighting: 9%

Cost criterion - Name: Cost Submission / Weighting: 40%

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

Quality criterion - Name: Supporting the Framework / Weighting: 3%

Quality criterion - Name: Account Management & Performance / Weighting: 3%

Quality criterion - Name: Social Value / Weighting: 4%

Quality criterion - Name: Capability & Infrastructure / Weighting: 15%

Quality criterion - Name: Supply Options / Weighting: 20%

Quality criterion - Name: Carbon Zero/Sustainability / Weighting: 11%

Quality criterion - Name: Services / Weighting: 4%

Cost criterion - Name: Cost Submission / Weighting: 40%

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

Quality criterion - Name: Supporting the Framework / Weighting: 3%

Quality criterion - Name: Account Management & Performance / Weighting: 3%

Quality criterion - Name: Social Value / Weighting: 4%

Quality criterion - Name: Capability & Infrastructure / Weighting: 10%

Quality criterion - Name: Deliveries / Weighting: 7%

Quality criterion - Name: Customer Support / Weighting: 6%

Quality criterion - Name: Carbon Zero / Weighting: 5%

Quality criterion - Name: Safety & Compliance / Weighting: 2%

Cost criterion - Name: Cost Submission / Weighting: 60%

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

Quality criterion - Name: Supporting the Framework / Weighting: 3%

Quality criterion - Name: Account Management & Performance / Weighting: 3%

Quality criterion - Name: Social Value / Weighting: 4%

Quality criterion - Name: Capability & Infrastructure / Weighting: 15%

Quality criterion - Name: Deliveries / Weighting: 10%

Quality criterion - Name: Carbon Zero / Weighting: 5%

Cost criterion - Name: Cost Submission / Weighting: 60%

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

Quality criterion - Name: Supporting the Framework / Weighting: 3%

Quality criterion - Name: Account Management & Performance / Weighting: 3%

Quality criterion - Name: Social Value / Weighting: 4%

Quality criterion - Name: Capability & Infrastructure / Weighting: 20%

Quality criterion - Name: Data & Reporting / Weighting: 14%

Quality criterion - Name: Ease of Use & Mobilisation / Weighting: 6%

Quality criterion - Name: Benefits / Weighting: 8%

Quality criterion - Name: Compliance / Weighting: 2%

Cost criterion - Name: Cost Submission / Weighting: 40%

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 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

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.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-002630


Section five. Award of contract

Contract No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 May 2025

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 0

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Bradfords Building Supplies Limited

96 Hendford Hill

Yeovil

BA20 2QR

Country

United Kingdom

NUTS code
  • UKK - South West (England)
National registration number

00278994

The contractor is an SME

No

five.2.3) Name and address of the contractor

Huws Gray Ltd

Head Office, Industrial Estate

Llangefni

LL77 7JA

Country

United Kingdom

NUTS code
  • UKL11 - Isle of Anglesey
National registration number

02506633

The contractor is an SME

No

five.2.3) Name and address of the contractor

IBMG LTD trading as Grant & Stone Ltd

Unit 2, Mill End Road

High Wycombe

HP12 4AX

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
National registration number

01987538

The contractor is an SME

No

five.2.3) Name and address of the contractor

STARK Building Materials UK Ltd

Merchant House, Binley Business Park, Harry Weston Road

Coventry

CV3 2TT

Country

United Kingdom

NUTS code
  • UKG33 - Coventry
National registration number

01647362

The contractor is an SME

No

five.2.3) Name and address of the contractor

Travis Perkins Trading Company Limited

Lodge Way House, Lodge Way, Harlestone Road

Northampton

NN5 7UG

Country

United Kingdom

NUTS code
  • UKF2 - Leicestershire, Rutland and Northamptonshire
National registration number

00733503

The contractor is an SME

No

five.2.3) Name and address of the contractor

Wolseley UK Ltd

2 Kingmaker Court, Warwick Technology Park

Warwick

CV34 6DY

Country

United Kingdom

NUTS code
  • UKG13 - Warwickshire
National registration number

00636445

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £250,000,000

Total value of the contract/lot: £250,000,000


Section five. Award of contract

Contract No

2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 May 2025

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 0

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Bradfords Building Supplies Limited

96 Hendford Hill

Yeovil

BA20 2QR

Country

United Kingdom

NUTS code
  • UKK - South West (England)
National registration number

00278994

The contractor is an SME

No

five.2.3) Name and address of the contractor

Huws Gray Ltd

Head Office, Industrial Estate

Llangefni

LL77 7JA

Country

United Kingdom

NUTS code
  • UKL11 - Isle of Anglesey
National registration number

02506633

The contractor is an SME

No

five.2.3) Name and address of the contractor

IBMG LTD trading as Grant & Stone Ltd

Unit 2, Mill End Road

High Wycombe

HP12 4AX

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
National registration number

01987538

The contractor is an SME

No

five.2.3) Name and address of the contractor

STARK Building Materials UK Ltd

Merchant House, Binley Business Park, Harry Weston Road

Coventry

CV3 2TT

Country

United Kingdom

NUTS code
  • UKG33 - Coventry
National registration number

01647362

The contractor is an SME

No

five.2.3) Name and address of the contractor

Travis Perkins Trading Company Limited

Lodge Way House, Lodge Way, Harlestone Road

Northampton

NN5 7UG

Country

United Kingdom

NUTS code
  • UKF2 - Leicestershire, Rutland and Northamptonshire
National registration number

00733503

The contractor is an SME

No

five.2.3) Name and address of the contractor

Wolseley UK Ltd

2 Kingmaker Court, Warwick Technology Park

Warwick

CV34 6DY

Country

United Kingdom

NUTS code
  • UKG1 - Herefordshire, Worcestershire and Warwickshire
National registration number

00636445

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £25,000,000

Total value of the contract/lot: £25,000,000


Section five. Award of contract

Contract No

3

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 May 2025

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Bradfords Building Supplies Limited

96 Hendford Hill

Yeovil

BA20 2QR

Country

United Kingdom

NUTS code
  • UKK - South West (England)
National registration number

00278994

The contractor is an SME

No

five.2.3) Name and address of the contractor

City Plumbing Supplies Holdings Limited

Highbourne House, Eldon Way, Crick Industrial Estate

Crick

NN6 7SL

Country

United Kingdom

NUTS code
  • UKF2 - Leicestershire, Rutland and Northamptonshire
National registration number

02489546

The contractor is an SME

No

five.2.3) Name and address of the contractor

Cu-Plas Supplies Limited

60-68 Durning Road

Liverpool

L7 5NG

Country

United Kingdom

NUTS code
  • UKD72 - Liverpool
National registration number

01572632

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

IBMG LTD trading as Grant & Stone Ltd

Unit 2, Mill End Road

High Wycombe

HP12 4AX

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
National registration number

01987538

The contractor is an SME

No

five.2.3) Name and address of the contractor

STARK Building Materials UK Ltd

Merchant House, Binley Business Park, Harry Weston Road

Coventry

CV3 2TT

Country

United Kingdom

NUTS code
  • UKG33 - Coventry
National registration number

01647362

The contractor is an SME

No

five.2.3) Name and address of the contractor

UK Plumbing Supplies Limited

Quayside 2a Wilderspool Park, Greenalls Avenue

Stockton Heath

WA4 6HL

Country

United Kingdom

NUTS code
  • UKD61 - Warrington
National registration number

02723962

The contractor is an SME

No

five.2.3) Name and address of the contractor

Wolseley UK Ltd

2 Kingmaker Court, Warwick Technology Park

Warwick

CV34 6DY

Country

United Kingdom

NUTS code
  • UKG1 - Herefordshire, Worcestershire and Warwickshire
National registration number

00636445

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £25,000,000

Total value of the contract/lot: £25,000,000


Section five. Award of contract

Contract No

4

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 May 2025

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 0

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

City Electrical Factors Limited

Georgina Mackie House, 141 Farmer Ward Road

Kenilworth

CV8 2SU

Country

United Kingdom

NUTS code
  • UKG33 - Coventry
National registration number

00336408

The contractor is an SME

No

five.2.3) Name and address of the contractor

City Plumbing Supplies Holdings Limited

Highbourne House, Eldon Way, Crick Industrial Estate

Crick

NN6 7SL

Country

United Kingdom

NUTS code
  • UKF2 - Leicestershire, Rutland and Northamptonshire
National registration number

02489546

The contractor is an SME

No

five.2.3) Name and address of the contractor

Edmundson Electrical Ltd

Edmundson House, Tatton Street

Knutsford

WA16 6AY

Country

United Kingdom

NUTS code
  • UKD62 - Cheshire East
National registration number

02667012

The contractor is an SME

No

five.2.3) Name and address of the contractor

Rexel UK Limited

Eagle Court 2, Hatchford Brook, Hatchford Way

Birmingham

B26 3RZ

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
National registration number

00434724

The contractor is an SME

No

five.2.3) Name and address of the contractor

YESSS (B) Electrical Ltd

YESSS House, Foxbridge Way

Normanton

WF6 1TN

Country

United Kingdom

NUTS code
  • UKE45 - Wakefield
National registration number

07650325

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £25,000,000

Total value of the contract/lot: £25,000,000


Section five. Award of contract

Contract No

5

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 May 2025

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 0

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Dennis & Robinson Ltd T/A Paula Rosa Manhattan

Blenheim Road, Lancing Business Park

Lancing

BN15 8UH

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
National registration number

00460938

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Howdens Joinery Ltd

105 Wigmore Street

London

W1U 1QY

Country

United Kingdom

NUTS code
  • UKI - London
National registration number

00526923

The contractor is an SME

No

five.2.3) Name and address of the contractor

Moores Furniture Group Limited

Thorp Arch Estate

WETHERBY

LS23 7DD

Country

United Kingdom

NUTS code
  • UKE42 - Leeds
National registration number

01083749

The contractor is an SME

No

five.2.3) Name and address of the contractor

Nobia Holdings UK Limited T/A Magnet Limited

3 Allington Way, Yarm Road Business Park

Darlington

DL1 4XT

Country

United Kingdom

NUTS code
  • UKC13 - Darlington
National registration number

02762625

The contractor is an SME

No

five.2.3) Name and address of the contractor

The Symphony Group Plc

Pen Hill Estate, Park Spring Road

Barnsley

S72 7EZ

Country

United Kingdom

NUTS code
  • UKE31 - Barnsley, Doncaster and Rotherham
National registration number

01022506

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £25,000,000

Total value of the contract/lot: £25,000,000


Section five. Award of contract

Contract No

6

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 May 2025

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Huws Gray Ltd

Head Office, Industrial Estate

Llangefni

LL77 7JA

Country

United Kingdom

NUTS code
  • UKL11 - Isle of Anglesey
National registration number

02506633

The contractor is an SME

No

five.2.3) Name and address of the contractor

Lyreco UK Ltd

Deer Park Court, Donnington Wood

Telford

TF2 7NB

Country

United Kingdom

NUTS code
  • UKG21 - Telford and Wrekin
National registration number

00442696

The contractor is an SME

No

five.2.3) Name and address of the contractor

Rexel UK Limited

Eagle Court 2, Hatchford Brook, Hatchford Way

Birmingham

B26 3RZ

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
National registration number

00434724

The contractor is an SME

No

five.2.3) Name and address of the contractor

SMI INT Group Ltd

Vision House, Bedford Road

Petersfield

GU32 3QB

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
National registration number

07644080

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £5,000,000

Total value of the contract/lot: £5,000,000


Section five. Award of contract

Contract No

7

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 May 2025

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Dragon Asphalt Ltd

2 Old Bath Road

Newbury

RG14 1QL

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
National registration number

11232672

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Tarmac Trading Limited

Ground Floor, T3, Trinity Park, Bickenhill Lane

Birmingham

B37 7ES

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
National registration number

00453791

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £40,000,000

Total value of the contract/lot: £40,000,000


Section five. Award of contract

Contract No

8

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 May 2025

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Inventor-e Ltd

Blythe Valley Innovation Centre, Central Boulevard

Solihull

B90 8AJ

Country

United Kingdom

NUTS code
  • UKG32 - Solihull
National registration number

04238711

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Stock Right Now Ltd

Stag Gates House, 63/64 The Avenue

Southampton

SO17 1XS

Country

United Kingdom

NUTS code
  • UKJ3 - Hampshire and Isle of Wight
National registration number

09210973

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £5,000,000

Total value of the contract/lot: £5,000,000


Section six. Complementary information

six.3) Additional information

STAR intends to make the resulting agreement available for use by all STAR member authorities, and all Contracting Authorities. The procurement documents detailed the websites showing the definable groups that can access the framework. The framework 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.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=946553883 GO Reference: GO-202559-PRO-30495428

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 incorporated a minimum 10 calendar day standstill period at the point information on the award of the framework agreement was communicated to tenderers. This period allowed unsuccessful tenderers to challenge the decision to award the framework agreement before it was executed/signed. The Public Contracts Regulations 2015 (‘Regulations’) provides 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