Scope
Reference
OPEN20252025
Description
Framework for Scaffolding: Lot 1 Highway Services and Lot 2 Construction Services
This Framework will be available for use by Durham County Council and additional Contracting Authorities, where they have entered into a Procurement Service Level Agreement (SLA) with DCC. Including other Organisations and Local / Non-Local Authorities where agreed with Durham County Council. For information regarding SLAs and Access Agreements please contact: procurement.services@durham.gov.uk
The Framework period is 2 years, with the options to extend up to 2 x 12 months, from the contract end date. Framework commencement date is 1st March 2026.
The opportunity is issued as a multiple Lot contract, Lot 1 Scaffolding for Highway Services, and Lot 2 Scaffolding for Construction Services. Bidding organisations can apply for Lot 1 and / or Lot 2.
The Framework does not include any guarantee of any minimum volume works, or any minimum expenditure. It is a condition of this Framework that the successful Provider(s) must pay up to 1% retrospective rebate based on all business transacted via this Framework for the entire duration of the Contract period.
Supplier Early Payment Discount It is to be noted that if you opt in to SIP, the % applies for the duration of the framework including any extensions
Commercial tool
Establishes a framework
Total value (estimated)
- £1 excluding VAT
- £1 including VAT
Below the relevant threshold
Contract dates (estimated)
- 1 March 2026 to 28 February 2028
- Possible extension to 28 February 2030
- 4 years
Description of possible extension:
The Framework period is 2 years, with the options to extend up to 2 x 12 months, from the contract end date.
Main procurement category
Works
CPV classifications
- 45000000 - Construction work
Lot 1. Scaffolding: Lot 1 Highway Services
Description
Scaffolding: Lot 1 Highway Services.
Bidding organisations will need to provide scaffolding for projects for Highway Operations work which usually requires scaffolds which are classed as designed scaffold under TG20:21 and often erected over running water.
Successful contractors will, in addition to planned projects, be required to provide a same day emergency response to cover emergency requirements such as for example: - dangerous occurrences such as a bridge collapse, and make safe call outs should any adverse weather make a scaffold dangerous
Lot value (estimated)
- £1 excluding VAT
- £1 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Scaffolding: Lot 2 Construction Services
Description
Scaffolding: Lot 2 Construction Services
Bidding organisations will be required to provide Scaffolding to support construction works. This is to include the provision and erection of various scaffolding equipment to include scaffold design and subsequent dismantling and removal of scaffold.
All scaffolds are to be provided with an identification label. Successful contractors will, in addition to planned projects, be required to provide a same day emergency response to cover emergency requirements such as for example: - dangerous occurrences such as a building collapse and make safe call outs should any adverse weather make a scaffold dangerous.
Further details of the requirements are set out in Document 3A Specification
Lot value (estimated)
- £1 excluding VAT
- £1 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
3
Maximum percentage fee charged to suppliers
0%
Framework operation description
The top three bidding organisations will be appointed for each lot.
The first ranked placed contractor on the framework, following this Invitation to Bid (ITB) will be awarded all calls offs for less than £80,000 or any direct award call which is classified as:
• urgent or an emergency requirement - i.e. H&S Implications
• Delivery of a specific project which benefits that can be assessed using the information provided at the point of Framework establishment.
• An option of an expression of interest whereby no other Contractor is willing/able to deliver the call off contract
Time is of the essence and is essential for the undertaking for call of Contracts under this Framework. If the first placed Contractor (following the process above) is unable to supply the goods and services within the agreed timescale for delivery the Council will follow the process below.
The second ranked Contractor will be offered the call off Contract. If this Contractor is also unable to undertake the contract the third placed Contractor will be selected in accordance with their ranked position until a Contractor is able to undertake the Works.
These direct call offs will be 100% price (with the possibility of essential criteria being added if required for that Call off). Each call off project must not exceed, but maybe less than the 'maximum rate' costs as identified in their original tender proposal. If you have opted in for the supplier incentive payments your % applied on the original framework submission will apply to all call offs
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
This Framework will be available for use by Durham County Council and additional Contracting Authorities, where they have entered into a Procurement Service Level Agreement (SLA) with DCC. Including other Organisations and Local / Non-Local Authorities where agreed with Durham County Council. For information regarding SLAs and Access Agreements please contact: procurement.services@durham.gov.uk
Participation
Particular suitability
Lot 1. Scaffolding: Lot 1 Highway Services
Lot 2. Scaffolding: Lot 2 Construction Services
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
12 December 2025, 4:00pm
Tender submission deadline
18 December 2025, 12:00pm
Submission address and any special instructions
To tender for this opportunity bidding organisations must download the tender documents from https://www.open-uk.org and search for 20252025 within the supplier area.
The documents cannot be obtained any other way
Tenders may be submitted electronically
Yes
Award criteria
The total weighting for all technical questions in this ITB is 40%, applicable to both Lots.
The total weighting for Price is 60% applicable to both Lots.
The top three highest ranked Bidding Organisations, on the basis of their total score for price and quality, for each Lot will then be appointed as having a place on the framework subject to meeting all the framework conditions.
Procedure
Procedure type
Below threshold - open competition
Contracting authority
Durham County Council
- Public Procurement Organisation Number: PMPB-8772-VYWM
Corten House, Dunholme Close
Durham
DH1 5WB
United Kingdom
Email: kstew@durham.gov.uk
Website: http://www.durham.gov.uk/
Region: UKC14 - Durham CC
Organisation type: Public authority - sub-central government