The Procurement Partnership Ltd: STAR & TPPL Materials Framework

  The Procurement Partnership Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: STAR & TPPL Materials Framework
Notice type: Contract Notice
Authority: The Procurement Partnership Ltd
Nature of contract: Supplies
Procedure: Open
Short Description: STAR Procurement (“STAR”) invites 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 are 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 this tender process, evaluation of submissions, management of the framework when awarded, delivery of mini-competitions, assistance with direct awards and collection of associated framework fees. STAR intends to make the resulting 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, Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase the above supplies/services
Published: 24/01/2025 16:16
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

UK-Sale: Building materials.
Section I: Contracting Authority
      I.1) Name and addresses
             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.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Sale:-Building-materials./962UXZQ44Y
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Sale:-Building-materials./962UXZQ44Y to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Regional or local agency/office
      I.5) Main activity
            General public services

Section II: Object
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”) invites 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 are 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 this tender process, evaluation of submissions, management of the framework when awarded, delivery of mini-competitions, assistance with direct awards and collection of associated framework fees.

STAR intends to make the resulting 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, Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase the above supplies/services       
      II.1.5) Estimated total value:
      Value excluding VAT: 400,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: maximum number of lots: 3
      Maximum number of lots that may be awarded to one tenderer: 3
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Managed/Dedicated/One Stop Shop Solutions       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      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:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 250,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: Following the expiry of this framework in 48 months
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      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 codes:
      44111000 - Building materials.
      44112000 - Miscellaneous building structures.
      44110000 - Construction materials.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 25,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: Following the expiry of this framework in 48 months
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      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 codes:
      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:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 25,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: Following the expiry of this framework in 48 months
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      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 codes:
      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:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 25,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: Following the expiry of this framework in 48 months
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      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 codes:
      39141400 - Fitted kitchens.
      39141000 - Kitchen furniture and equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 25,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: Following the expiry of this framework in 48 months
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      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 codes:
      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:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: Following the expiry of this framework in 48 months
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      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 codes:
      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:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 40,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: Following the expiry of this framework in 48 months
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      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 codes:
      48430000 - Inventory management software package.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: Following the expiry of this framework in 48 months
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      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    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 75           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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 OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 07/03/2025 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 07/03/2025
         Time: 12:05
         Place:
         TPPL or STAR offices
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: In 48 months from the date of this notice
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.STAR intends to make the resulting 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).

Please see the following websites for further detail of these definable groups:

http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm
https://gov.wales/find-your-local-authority
http://www.nidirect.gov.uk/local-councils-in-northern-ireland
http://www.cosla.gov.uk/councils
https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
https://www.housingregulator.gov.scot/landlord-performance/landlords)
https://gov.wales/registered-social-landlords
https://www.nidirect.gov.uk/contacts/housing-associations
https://www.gov.uk/government/organisations/department-for-education
https://www.aoc.co.uk/about/list-of-colleges-in-the-uk
https://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies
http://www.schoolswebdirectory.co.uk/localauthorities.php
https://www.gov.uk/find-school-in-england
https://education.gov.scot/ParentZone
https://gov.wales/address-list-schools
http://apps.education-ni.gov.uk/appinstitutes/default.aspx
https://www.gov.uk/government/publications/open-academies-and-academy-projects-in-development
https://www.england.nhs.uk/publication/nhs-provider-directory/
https://www.specialistinfo.com/trust_find.php?r=SC&s=3&l=0
https://www.scot.nhs.uk/organisations/
https://www.nhsinform.scot/scotlands-service-directory
https://www.nhs.wales/hpb/local-services/
https://aace.org.uk/uk-ambulance-service/
http://www.scottishambulance.com/TheService/organised.aspx
https://www.nidirect.gov.uk/contacts/health-and-social-care-trusts
https://www.gov.uk/government/organisations
http://www.northernireland.gov.uk/gov.htm
https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies
https://www.police.uk/pu/contact-us/uk-police-forces/
https://www.police.uk/pu/your-area/police-service-of-northern-ireland/
http://www.scotland.police.uk/
https://www.gov.uk/government/organisations/maritime-and-coastguard-agency
http://www.fireservice.co.uk/information/ukfrs
https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services
https://www.nifrs.org/contact-us/
http://www.firescotland.gov.uk/your-area.aspx
http://www.oscr.org.uk/
http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/registerhomepage.aspx
https://www.gov.uk/government/organisations/national-probation-service/about#divisional-areas
https://communityleisureuk.org/members/

The Agreement 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sale:-Building-materials./962UXZQ44Y

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/962UXZQ44Y
   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 will incorporate a minimum 10 calendar day standstill period at the point information on the award of the framework agreement is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award the framework agreement before it is executed/signed.

The Public Contracts Regulations 2015 (‘Regulations’) provide 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 lodging of appeals may be obtained:
          N/A
       N/A, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 24/01/2025

Annex A


View any Notice Addenda

View Award Notice