- 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.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