The Procurement Partnership Ltd: STAR & TPPL Materials Framework

  The Procurement Partnership Ltd has published this notice through Delta eSourcing

Notice Summary
Title: STAR & TPPL Materials Framework
Notice type: Contract Award Notice
Authority: The Procurement Partnership Ltd
Nature of contract: Supplies
Procedure: Open
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.
Published: 09/05/2025 09:51

View Full Notice

UK-Sale: Building materials.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       STAR Procurement C/O Trafford Council
       Trafford Council, 4th Floor, Waterside House, Waterside Plaza, Sale, M33 7ZF, United Kingdom
       Tel. +44 1954250517, Email: tenders@tppl.co.uk
       Main Address: http://www.trafford.gov.uk/, Address of the buyer profile: http://www.trafford.gov.uk/
       NUTS Code: UKD

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Regional or local agency/office

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: STAR & TPPL Materials Framework            
      Reference number: TPPLSTBM01

      II.1.2) Main CPV code:
         44111000 - Building materials.


      II.1.3) Type of contract: SUPPLIES

      II.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.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                      
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 400,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Managed/Dedicated/One Stop Shop Solutions   
      Lot No:1

      II.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.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.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.

      II.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%
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/962UXZQ44Y

   II.2) Description (lot no. 2)
   

      II.2.1) Title:General Building Materials   
      Lot No:2

      II.2.2) Additional CPV code(s):
            44111000 - Building materials.
            44112000 - Miscellaneous building structures.
            44110000 - Construction materials.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.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.

      II.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%
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Plumbing, Heating and Gas Spares   
      Lot No:3

      II.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.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.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.

      II.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%
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Electrical   
      Lot No:4

      II.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.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.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.

      II.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%
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Kitchens   
      Lot No:5

      II.2.2) Additional CPV code(s):
            39141400 - Fitted kitchens.
            39141000 - Kitchen furniture and equipment.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.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.

      II.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%
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Tools, equipment, and PPE   
      Lot No:6

      II.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.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.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.

      II.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%
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Aggregates, Concrete, and Roadstone   
      Lot No:7

      II.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.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.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.

      II.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%
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 8)
   

      II.2.1) Title:Inventory Management and Asset Tracking   
      Lot No:8

      II.2.2) Additional CPV code(s):
            48430000 - Inventory management software package.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.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.

      II.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%
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2025/S 000-002630
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 1    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/05/2025

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Bradfords Building Supplies Limited, 00278994
             96 Hendford Hill, Yeovil, BA20 2QR, United Kingdom
             NUTS Code: UKK
            The contractor is an SME: No
         
         Contractor (No.2)
             Huws Gray Ltd, 02506633
             Head Office, Industrial Estate, Llangefni, LL77 7JA, United Kingdom
             NUTS Code: UKL11
            The contractor is an SME: No
         
         Contractor (No.3)
             IBMG LTD trading as Grant & Stone Ltd, 01987538
             Unit 2, Mill End Road, High Wycombe, HP12 4AX, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.4)
             STARK Building Materials UK Ltd, 01647362
             Merchant House, Binley Business Park, Harry Weston Road, Coventry, CV3 2TT, United Kingdom
             NUTS Code: UKG33
            The contractor is an SME: No
         
         Contractor (No.5)
             Travis Perkins Trading Company Limited, 00733503
             Lodge Way House, Lodge Way, Harlestone Road, Northampton, NN5 7UG, United Kingdom
             NUTS Code: UKF2
            The contractor is an SME: No
         
         Contractor (No.6)
             Wolseley UK Ltd, 00636445
             2 Kingmaker Court, Warwick Technology Park, Warwick, CV34 6DY, United Kingdom
             NUTS Code: UKG13
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 250,000,000          
         Total value of the contract/lot: 250,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: 2    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/05/2025

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Bradfords Building Supplies Limited, 00278994
             96 Hendford Hill, Yeovil, BA20 2QR, United Kingdom
             NUTS Code: UKK
            The contractor is an SME: No
         
         Contractor (No.2)
             Huws Gray Ltd, 02506633
             Head Office, Industrial Estate, Llangefni, LL77 7JA, United Kingdom
             NUTS Code: UKL11
            The contractor is an SME: No
         
         Contractor (No.3)
             IBMG LTD trading as Grant & Stone Ltd, 01987538
             Unit 2, Mill End Road, High Wycombe, HP12 4AX, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.4)
             STARK Building Materials UK Ltd, 01647362
             Merchant House, Binley Business Park, Harry Weston Road, Coventry, CV3 2TT, United Kingdom
             NUTS Code: UKG33
            The contractor is an SME: No
         
         Contractor (No.5)
             Travis Perkins Trading Company Limited, 00733503
             Lodge Way House, Lodge Way, Harlestone Road, Northampton, NN5 7UG, United Kingdom
             NUTS Code: UKF2
            The contractor is an SME: No
         
         Contractor (No.6)
             Wolseley UK Ltd, 00636445
             2 Kingmaker Court, Warwick Technology Park, Warwick, CV34 6DY, United Kingdom
             NUTS Code: UKG1
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 25,000,000          
         Total value of the contract/lot: 25,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: 3    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/05/2025

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 7

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Bradfords Building Supplies Limited, 00278994
             96 Hendford Hill, Yeovil, BA20 2QR, United Kingdom
             NUTS Code: UKK
            The contractor is an SME: No
         
         Contractor (No.2)
             City Plumbing Supplies Holdings Limited, 02489546
             Highbourne House, Eldon Way, Crick Industrial Estate, Crick, NN6 7SL, United Kingdom
             NUTS Code: UKF2
            The contractor is an SME: No
         
         Contractor (No.3)
             Cu-Plas Supplies Limited, 01572632
             60-68 Durning Road, Liverpool, L7 5NG, United Kingdom
             NUTS Code: UKD72
            The contractor is an SME: Yes
         
         Contractor (No.4)
             IBMG LTD trading as Grant & Stone Ltd, 01987538
             Unit 2, Mill End Road, High Wycombe, HP12 4AX, United Kingdom
             NUTS Code: UKJ
            The contractor is an SME: No
         
         Contractor (No.5)
             STARK Building Materials UK Ltd, 01647362
             Merchant House, Binley Business Park, Harry Weston Road, Coventry, CV3 2TT, United Kingdom
             NUTS Code: UKG33
            The contractor is an SME: No
         
         Contractor (No.6)
             UK Plumbing Supplies Limited, 02723962
             Quayside 2a Wilderspool Park, Greenalls Avenue, Stockton Heath, WA4 6HL, United Kingdom
             NUTS Code: UKD61
            The contractor is an SME: No
         
         Contractor (No.7)
             Wolseley UK Ltd, 00636445
             2 Kingmaker Court, Warwick Technology Park, Warwick, CV34 6DY, United Kingdom
             NUTS Code: UKG1
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 25,000,000          
         Total value of the contract/lot: 25,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: 4    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/05/2025

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             City Electrical Factors Limited, 00336408
             Georgina Mackie House, 141 Farmer Ward Road, Kenilworth, CV8 2SU, United Kingdom
             NUTS Code: UKG33
            The contractor is an SME: No
         
         Contractor (No.2)
             City Plumbing Supplies Holdings Limited, 02489546
             Highbourne House, Eldon Way, Crick Industrial Estate, Crick, NN6 7SL, United Kingdom
             NUTS Code: UKF2
            The contractor is an SME: No
         
         Contractor (No.3)
             Edmundson Electrical Ltd, 02667012
             Edmundson House, Tatton Street, Knutsford, WA16 6AY, United Kingdom
             NUTS Code: UKD62
            The contractor is an SME: No
         
         Contractor (No.4)
             Rexel UK Limited, 00434724
             Eagle Court 2, Hatchford Brook, Hatchford Way, Birmingham, B26 3RZ, United Kingdom
             NUTS Code: UKG31
            The contractor is an SME: No
         
         Contractor (No.5)
             YESSS (B) Electrical Ltd, 07650325
             YESSS House, Foxbridge Way, Normanton, WF6 1TN, United Kingdom
             NUTS Code: UKE45
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 25,000,000          
         Total value of the contract/lot: 25,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: 5    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/05/2025

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Dennis & Robinson Ltd T/A Paula Rosa Manhattan, 00460938
             Blenheim Road, Lancing Business Park, Lancing, BN15 8UH, United Kingdom
             NUTS Code: UKJ2
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Howdens Joinery Ltd, 00526923
             105 Wigmore Street, London, W1U 1QY, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             Moores Furniture Group Limited, 01083749
             Thorp Arch Estate, WETHERBY, LS23 7DD, United Kingdom
             NUTS Code: UKE42
            The contractor is an SME: No
         
         Contractor (No.4)
             Nobia Holdings UK Limited T/A Magnet Limited, 02762625
             3 Allington Way, Yarm Road Business Park, Darlington, DL1 4XT, United Kingdom
             NUTS Code: UKC13
            The contractor is an SME: No
         
         Contractor (No.5)
             The Symphony Group Plc, 01022506
             Pen Hill Estate, Park Spring Road, Barnsley, S72 7EZ, United Kingdom
             NUTS Code: UKE31
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 25,000,000          
         Total value of the contract/lot: 25,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: 6    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/05/2025

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Huws Gray Ltd, 02506633
             Head Office, Industrial Estate, Llangefni, LL77 7JA, United Kingdom
             NUTS Code: UKL11
            The contractor is an SME: No
         
         Contractor (No.2)
             Lyreco UK Ltd, 00442696
             Deer Park Court, Donnington Wood, Telford, TF2 7NB, United Kingdom
             NUTS Code: UKG21
            The contractor is an SME: No
         
         Contractor (No.3)
             Rexel UK Limited, 00434724
             Eagle Court 2, Hatchford Brook, Hatchford Way, Birmingham, B26 3RZ, United Kingdom
             NUTS Code: UKG31
            The contractor is an SME: No
         
         Contractor (No.4)
             SMI INT Group Ltd, 07644080
             Vision House, Bedford Road, Petersfield, GU32 3QB, United Kingdom
             NUTS Code: UKJ3
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 5,000,000          
         Total value of the contract/lot: 5,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.7)

   Contract No: 7    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/05/2025

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Dragon Asphalt Ltd, 11232672
             2 Old Bath Road, Newbury, RG14 1QL, United Kingdom
             NUTS Code: UKJ1
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Tarmac Trading Limited, 00453791
             Ground Floor, T3, Trinity Park, Bickenhill Lane, Birmingham, B37 7ES, United Kingdom
             NUTS Code: UKG31
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 40,000,000          
         Total value of the contract/lot: 40,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.8)

   Contract No: 8    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/05/2025

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Inventor-e Ltd, 04238711
             Blythe Valley Innovation Centre, Central Boulevard, Solihull, B90 8AJ, United Kingdom
             NUTS Code: UKG32
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Stock Right Now Ltd, 09210973
             Stag Gates House, 63/64 The Avenue, Southampton, SO17 1XS, United Kingdom
             NUTS Code: UKJ3
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 5,000,000          
         Total value of the contract/lot: 5,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.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
   VI.4) Procedures for review

      VI.4.1) Review body
          The High Court
          Royal Court of Justice, The Strand, London, WC2A 2LL, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          N/A
          N/A, United Kingdom

      VI.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.

      VI.4.4) Service from which information about the review procedure may be obtained
          N/A
          N/A, United Kingdom

   VI.5) Date of dispatch of this notice: 09/05/2025




View any Notice Addenda

View Award Notice