Tender

Provision of Window and Glazing Cleaning

  • North Lanarkshire Council

F02: Contract notice

Notice identifier: 2026/S 000-011869

Procurement identifier (OCID): ocds-h6vhtk-064c83

Published 10 February 2026, 1:16pm



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Email

corporateprocurement@northlan.gov.uk

Country

United Kingdom

NUTS code

UKM84 - North Lanarkshire

Internet address(es)

Main address

http://www.northlanarkshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Window and Glazing Cleaning

Reference number

NLC-CPT-25-072

two.1.2) Main CPV code

  • 90911300 - Window-cleaning services

two.1.3) Type of contract

Services

two.1.4) Short description

The establishment of a contract for the provision of window and glazing cleaning to various buildings and structures owned and/or operated by North Lanarkshire Council. Buildings and structures that fall within scope of this project include but are not limited to office accommodation, schools and educational establishments, depots and warehouses, residential and care facilities, concert venues, libraries, halls, pedestrian bridges and glazed structures. Services required to be delivered throughout the duration of the contract will fall within general window and glazing cleaning however in some instances, properties and structures may require specialist access techniques to be undertaken due to design features to undertake and complete requirements. As a result, contractors may be required to undertake works via specialist access methods such as; long water fed poles, mobile elevated work platforms, self-propelled booms, cradles and rope access and have to demonstrate their ability and experience to undertake such work.

two.1.5) Estimated total value

Value excluding VAT: £350,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Educational Establishments

Lot No

2

two.2.2) Additional CPV code(s)

  • 90911300 - Window-cleaning services

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire

two.2.4) Description of the procurement

Lot 2 comprises of all Educational establishments maintained by the Councils Facility Support Services on behalf of the Councils Education, Skills and Youth Employment Services. Requirements within this lot include Nursery Schools, Primary Schools, Secondary Schools and Additional Support Needs Schools. These will consist of one internal and one external clean per annum per school of all external windows. In the main, Primary schools require to be scheduled within term time and access times would be typically between 7.00am and 4.00pm.

There are currently 19 campuses within this lot that are Public Private Partnership (PPP) buildings. 17 of these schools are owned by TSNL (Transform School North Lanarkshire) and they subcontract Facilities management to Equans and as a result, the Contractor may have to undergo a separate vetting process in order to undertake work at PPP schools. There are an additional 2 high schools which are owned by DBMF co who subcontract Facilities management to OCS. Frequency is two internal and two external cleans per annum per campus of all external windows. PPP Schools require window and glazing cleaning to be conducted during school holidays only with Primary schools within PPP to be scheduled for Easter and October and Secondary schools scheduled for summer break and Christmas Break. RAMS must be provided prior to accessing to any PPP Schools. Hub southwest

All other schools require internal cleaning to be completed by 8.45am and external cleaning to be completed out with intervals at all schools and period changes within High Schools.

A number of buildings within this lot will require specialist access techniques to be utilised due to design features to undertake and complete requirements. As a result, the Contractor may be required to undertake works via specialist access methods such as: long water fed poles, Mobile Elevated Work Platforms, self-propelled booms, cradles and rope access.

Under no circumstances will any roof access be allowed to enable window cleaning for this lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.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

The initial period of the Contract will be 36 months with the option to extend for up to a further 12 months. The extension period will be at the Council's sole discretion. Following expiry of the Contract, the Council may elect to re-tender requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Residential and Care Establishments

Lot No

3

two.2.2) Additional CPV code(s)

  • 90911300 - Window-cleaning services

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire

two.2.4) Description of the procurement

Lot 3 comprises of all Residential and Care Establishments. Requirements within this lot include Sheltered Housing Complexes, Care Homes, Day Care Centres and any other Care Facility the Council operates.

A number of buildings within this lot will require specialist access techniques to be utilised due to design features to undertake and complete requirements. As a result, the Contractor may be required to undertake works via specialist access methods such as: long water fed poles, Mobile Elevated Work Platforms, self-propelled booms, cradles and rope access.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.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

The initial period of the Contract will be 36 months with the option to extend for up to a further 12 months. The extension period will be at the Council's sole discretion. Following expiry of the Contract, the Council may elect to re-tender requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Operational Property and Specialist Structures

Lot No

1

two.2.2) Additional CPV code(s)

  • 90911300 - Window-cleaning services

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire

two.2.4) Description of the procurement

Lot 1 comprises of buildings and property that allows the Council to undertake its daily operational business as well as facilities utilised by the general public. Requirements within this lot include but are not limited to, small single storey buildings to large office complexes up to 10 storeys, depots and warehouses, leisure centres, libraries and halls.

This lot also contains a number of specialist structures that require glazing to be cleaned due to their specialist design features.

A number of buildings within this lot will/may require specialist access techniques to be utilised due to design features to undertake and complete requirements. As a result, the Contractor may be required to undertake works via specialist access methods such as: long water fed poles, Mobile Elevated Work Platforms, self-propelled booms, cradles and rope access.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.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

The initial period of the Contract will be 36 months with the option to extend for up to a further 12 months. The extension period will be at the Council's sole discretion. Following expiry of the Contract, the Council may elect to re-tender requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As per tender documentation.

three.1.2) Economic and financial standing

List and brief description of selection criteria

As per tender documentation.

three.1.3) Technical and professional ability

List and brief description of selection criteria

As per tender documentation.

Minimum level(s) of standards possibly required

As per tender documentation.

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

As per tender documentation.

three.2.2) Contract performance conditions

As per tender documentation.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 March 2026

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 March 2026

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Tenderers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30634. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30634. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

As per tender documents published on PCS-T

(SC Ref:822991)

six.4) Procedures for review

six.4.1) Review body

Scottish Courts

Edinburgh

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.