GB-Notitngham: AP25171 - Scaffolding Framework
Arc Property Services Partnership Limited
Est. value
£5,000,000
Deadline
31 Oct 2030
Published
22 Apr 2026
Region
UK
Description
Arc Property Services Partnership ("the Client"), a JV between Scape Group & Nottinghamshire County Council, is seeking to establish a framework for the provision of scaffolding services on an as & when required basis across the property portfolio & transport infrastructure managed by the Client & participating organisations (POs). The framework, managed under an NEC4 Framework Contract, will include scaffold design & drawings; supply of materials; erection, inspection, alteration, maintenance & dismantling; and safe removal from site. Scaffolding types may include access & structural scaffolds, birdcages, cantilever scaffolds, staircases, loading platforms, travelling platforms, propping, crash decks & associated safety features such edge protection. It will be established with a maximum of 2 suppliers & will be available for use by the Client & VIA East Midlands Ltd (acting as a PO). The framework will be let for an initial period of 2 years, with the option to extend by 1 year, followed by a final 1 year (max. 4 years). Call off contracts may be awarded by: mini competition, mini competition with additional award criteria, accelerated delivery or objective criteria, as set out in the tender docs. The max. total of the framework is £1,500,000 (inc. VAT) over the full term. This represents a cap only & does not guarantee any level of work. No fees will be charged to suppliers for participation in, or management of, the framework. The contract area is defined within the tender docs. This procurement is not classified as a public contract under the Procurement Act 2023 ("PA23") & will be conducted as a regulated below threshold procurement in accordance with Section 84 PA23. In line with Section 85(3) PA23, the procurement will be undertaken in two stages: Stage 1 - Selection Criteria: assessment of bidders' history, financial standing, compliance & management systems. Stage 2 - Award Criteria: assessment of qualitative & commercial responses relating to service delivery. Selection requirements include: passing mandatory & discretionary exclusions, no early termination of a contract or framework within the last 3 years, min. annual turnover of £150,000 & holding the following insurance levels: Employers' Liability £10m, Public Liability £10m & Prof. Indemnity £2m. Employers' & Public Liability policies must include an indemnity to principal clause. Additional requirements include: systems to pay suppliers within 30 days; Enhanced DBS for all staff & subcontractors; payment of the Real Living Wage; appropriate CISRS cards; access to a Temporary Works Coordinator/Designer & appropriate SSSTS & NRSWA accreditations. The procurement will be conducted in a transparent, proportionate & non discriminatory manner in accordance with PA23. Bidders must declare any actual or potential conflicts of interest. Award will be based on the Most Advantageous Tender, with price & quality weighted at 30% & 70% respectively. TUPE does not apply. 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.
CPV codes
Source: View original notice
Is this tender relevant to your business?
Red Kite monitors every UK and EU public contract and surfaces the ones worth your time — so you only bid on work you can win.