Cirrus Consortium Kitchen Supply Framework 2021

Award

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 expired in October 2021. The lead contracting authority for this procurement is Halton Housing.


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.

The outcome of the tender process will be a four year Framework Agreement expected to commence during October 2021. It is envisaged that the final framework will be awarded to approximately 15 suppliers.

The framework is available to all contracting authorities across England, Scotland and Wales.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

London Construction Programme General Works Framework MW25-GW

The London Construction Programme (LCP) on behalf of Haringey Council is procuring a new general works framework. The scope of works will include a wide range of works across multiple types of buildings including individual, multiple occupancy, residential, commercial, heritage, community and those operated by the public sector on a 24 hour basis (i.e. police, health, fire and rescue, care homes etc.). The scope of the works will include (but not limited to), new buildings, MMC, planned and preventative maintenance, refurbishment, retrofit, fire safety works, heritage related works, remediations, mechanical and engineering services, renewable energy systems and adaptations. The Framework will be established for a period of 5 years and will be available to any public sector body in London and the Home Counties. It is anticipated the framework will commence in September 2025. The London Construction Programme was established in 2012 by Haringey Council was, encouraged and supported by other London Local Authorities through London Councils, to develop a pan-London strategy to improve construction related procurement and establish a suite of collaborative contractual vehicles which public sector organisations can utilise. The LCP currently has a total membership of over 60 Public Sector organisations in London and Home County. The LCP is a 'virtual organisation' currently hosted and operated by Haringey Council. The current LCP Framework (MW19) expired in October 2024. This new Framework is to provide General Works construction and General Works construction related activities for new build developments, building related planned component replacement, fire safety, remediations, retrofit and refurbishments according to the Lot Categories. The services will be procured in 16 lots: Lot GN1 New Build up to £7.5m contract value Lot GN2 New Build £6m - £15m contract value Lot GN3 New Build £14m+ contract value Lot GNPS New Build £1+ (i.e.no minimum contract value) Lot GF1 Fire Safety Works up to £7.5m contract value Lot GF2 Fire Safety Works £6m - £15m contract value Lot GF3 Fire Safety Works £14m+ contract value Lot GFPS Fire Safety Works £1+ (i.e.no minimum contract value) Lot GR1 Refurbishment and Retrofit up to £7.5m contract value Lot GR2 Refurbishment and Retrofit £6m - £15m contract value Lot GR3 Refurbishment and Retrofit £14m+ contract value Lot GRPS Refurbishment and Retrofit £1+ (i.e.no minimum contract value) Lot GP1 Planned Preventative Maintenance up to £7.5m contract value Lot GP2 Planned Preventative Maintenance £6m - £15m contract value Lot GP3 Planned Preventative Maintenance £14m+ contract value Lot GPPS Planned Preventative Maintenance £1+ (i.e.no minimum contract value) Tenderers are restricted to applying for a maximum of two sub lots, plus the PS sub lot in each of the primary Lots (i.e. New Build, Fire Safety Works, refurbishment and retrofit, Planned Preventative Maintenance). There are reserved places for micro and small enterprises on different Lots in order to encourage SMEs and provide choice for its Clients. A Reserve List will also be used for this framework for those Tenderers who are unsuccessful in being awarded a place on the primary Lots. The framework will be established with four main objectives in mind:- 1. To support its Clients to deliver on their net zero commitments in the following areas:- • Biodiversity assets • Climate Change adaptation • Zero Carbon Supply Chain • Low Carbon Transportation • Operational Low Carbon 2. To provide a fast and efficient route to market for education schemes across London and the Home Counties that offers value for money. 3. To drive positive changes in mental health and equality, diversity and inclusion in the construction sector. 4. To apply best practice, unlock innovation and work collaboratively with its Client and the Supply Chain.

Open

Framework for Repairs and Maintenance to Domestic Vacant Properties

The domestic property portfolio of the Council comprises a mixture of social housing approximately 14318 properties in number and other properties. The domestic property portfolio consists of Houses Bungalows Low Rise Blocks of Flats High Rise Blocks of Flats Sheltered Accommodation Supported Accommodation Hostels Traveller Sites Maintenance of these properties is undertaken by the Council via a mixture of in house provision and external contractors. Dwellings will vary in age and condition and bidders are advised to make due allowance for this. This tender process is in relation to repairs and maintenance to domestic vacant properties. The Council has a small in house workforce delivering repairs and maintenance to domestic vacant properties which is supported by a pool of small external contractors. This framework would be in addition to the above. The Council is seeking to appoint 2 Contractors to deliver the work across all areas of the City with Contractor 1 delivering a larger portion of the work approximately two thirds than Contractor 2 approximately one third. The total estimated annual value of the work under this framework is 5.5m and based on this value, Contractor 1 would be awarded work valued at approximately 3.7m per annum and Contractor 2 would be awarded work valued at approximately 1.8m per annum. The Voids Team will manage the allocation of works to this effect. It should be noted that the estimated values are indicative only, and may change dependant on demand and budget. The Contract period will be 2 years from 1st January 2026, with the option to extend for up to a further 2 years. In the event that the Council decides to source works through the Framework Agreement, then it will do so in accordance with the contract terms and conditions, i.e. the Framework Agreement and relevant schedules and appendices to the same that will form part of the ITT. These contract terms and conditions will provide that the Council will source its requirements in accordance with the following approach: The Council will award the order on a rotational basis for each category of void works as follows: 2 to Contractor 1, 1 to Contractor 2, then 2 to Contractor 1, 1 to Contractor 2, and so on unless in the event there are capacity or non performance issues, then the Council may skip the contractor with capacity or non-performance issues in the rotation. The Council reserves the right to deliver the works in house or to purchase from any Contractor outside of this Framework. Description of Works and Priority Categories This work will generally comprise of work in unoccupied properties and occasionally garage sites and Supported Accommodation hostels. Work is generally instigated at the request of the Employer Void Management Unit. Predominantly this will be multiple activity work. However, on occasion it may be singular activity work such as electrical gas checks or changing of locks etc. There are six main categories priorities of work Urgent Quick Turnaround Urgent QT Completion within 5 working days Minor Works Quick Turnaround QT Minor Works Completion within 7 working days. Pre works Completion within 5 working days Minor Works Completion within 13 working days Major Works Completion within 30 working days Extensive Major Works Completion within 50 working days Bidders should allow for Welfare facilities, site set up, mobilisation, hoardings and signage provision within their tendered rates.

Cardiff Council

Published 3 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete