Contract

Cirrus Consortium Kitchen Supply Framework 2025

  • Cirrus Consortium c/o Halton Housing

F03: Contract award notice

Notice identifier: 2025/S 000-033748

Procurement identifier (OCID): ocds-h6vhtk-04d67a (view related notices)

Published 19 June 2025, 2:26pm



Section one: Contracting authority

one.1) Name and addresses

Cirrus Consortium c/o Halton Housing

Waterfront Point, Warrington Road

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.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 Cirrus Consortium sought 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, including but not limited to the definable groups referenced in Schedule 4 of the Framework Agreement. The framework is also available for use by all current and future members of The Consortium.

This framework will commence on 30th June 2025.

two.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £150,000,000

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 Cirrus Consortium sought 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.

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, including but not limited to the definable groups referenced in Schedule 4 of the Framework Agreement. The framework is also available for use by all current and future members of The Consortium.

This framework will commence on 30th June 2025.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.11) Information about options

Options: 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 000-002725


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

24 May 2025

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 6

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Dennis and Robinson Ltd trading as Paula Rosa Manhattan

Blenheim Road, Lancing Business Park

Lancing

BN15 8UH

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
Companies House

192060424

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: £150,000,000

Total value of the contract/lot: £150,000,000


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

24 May 2025

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 6

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Howden Joinery Limited

105 Wigmore Street

London

W1U 1QY

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

00526923

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: £150,000,000

Total value of the contract/lot: £150,000,000


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

24 May 2025

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 6

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Joinery and Timber Creations 65 Ltd

Camperdown Works, 27 Harrison Road

Dundee

DD2 3SN

Country

United Kingdom

NUTS code
  • UKM7 - Eastern Scotland
Companies House

SC099154

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: £150,000,000

Total value of the contract/lot: £150,000,000


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

24 May 2025

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 6

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

J T Ellis and Co Ltd

Silver Street

Huddersfield

HD5 9BA

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
Companies House

00075269

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: £150,000,000

Total value of the contract/lot: £150,000,000


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

24 May 2025

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 6

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Nobia Holdings UK Limited trading as Magnet Limited

3 Allington Way

Darlington

DL1 4XT

Country

United Kingdom

NUTS code
  • UKC1 - Tees Valley and Durham
Companies House

02762625

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: £150,000,000

Total value of the contract/lot: £150,000,000


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

24 May 2025

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 6

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: 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
  • UKE - Yorkshire and the Humber
Companies House

01083749

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: £150,000,000

Total value of the contract/lot: £150,000,000


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

24 May 2025

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 6

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Raventree Ltd trading as Premiere Kitchens

Q1 Quadrant Distribution Centre, Hardwicke

Gloucestershire

GL2 2RN

Country

United Kingdom

NUTS code
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Companies House

05787195

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: £150,000,000

Total value of the contract/lot: £150,000,000


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

24 May 2025

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 6

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: 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
  • UKG - West Midlands (England)
Companies House

01647362

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: £150,000,000

Total value of the contract/lot: £150,000,000


Section five. Award of contract

Contract No

9

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 May 2025

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 6

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: 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
  • UKE3 - South Yorkshire
Companies House

1022506

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: £150,000,000

Total value of the contract/lot: £150,000,000


Section five. Award of contract

Contract No

10

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 May 2025

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 6

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Travis Perkins Trading Company Limited trading as Benchmarx Kitchens and Joinery

Lodge Way House, Lodge Way, Harlestone Road

Northampton

NN5 7UG

Country

United Kingdom

NUTS code
  • UKF2 - Leicestershire, Rutland and Northamptonshire
Companies House

00733503

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: £150,000,000

Total value of the contract/lot: £150,000,000


Section five. Award of contract

Contract No

11

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 May 2025

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 6

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Wren Contract Kitchens Limited

The Nest , Falkland Way

Barton Upon Humber

DN18 5RL

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
Companies House

15080098

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: £150,000,000

Total value of the contract/lot: £150,000,000


Section six. Complementary information

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, including but not limited to the definable groups referenced in Schedule 4 of the Framework Agreement

The framework is also available for use by all current and future members of The Cirrus 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 incorporated a minimum 10 calendar day standstill period at the point information on the award was communicated to tenderers. Appeals could 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).