Tender

Demolition Engineering consultancy Services

  • North Lanarkshire Council

F02: Contract notice

Notice identifier: 2026/S 000-012189

Procurement identifier (OCID): ocds-h6vhtk-064d59

Published 11 February 2026, 9:00am



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Email

contractstrategy@northlan.gov.uk

Telephone

+44 3451430015

Country

United Kingdom

NUTS code

UKM84 - North Lanarkshire

Internet address(es)

Main address

https://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

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

Demolition Engineering consultancy Services

Reference number

NLC-SLP-25-145

two.1.2) Main CPV code

  • 71311000 - Civil engineering consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

North Lanarkshire Council are seeking contract with a suitably qualified and experienced Demolition Engineering Consultancy organisation

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire
Main site or place of performance

North Lanarkshire Local Authority area.

two.2.4) Description of the procurement

NLC are seeking to appoint a demolition engineering consultancy organisation to provide engineering consultancy for the phase 2 demolition programme covering twelve high-rise residential properties.

The successful consultant may provide on a project-by-project basis which will be at NLCs discretion:

Project Management

CDM 2015 Duties

Engineering Input

Preparation of specifications

Undertake Principal Designer Role

Input with the demolition contractor procurement process

Full details of the scope of requirements are contained in the tender documentation.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £4,000,000

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 phase 2 demolition programme is expected to last eight years. This requirement will be retendered after four years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Consideration is required for work in progress at the end of the four-year contract duration. For continuity of services any demolition package(s) still in progress as the stipulated contract duration ends will be concluded by the incumbent Consultant. This will be as an allowable modification for extension to the contract.

Other requirements which will be allowable modifications, at North Lanarkshire Council’s discretion under this contract are but not limited to:

Demolition engineering services for Cumbernauld Town Centre

Demolition engineering services for Motherwell Concert Hall, Anvil Block and any other ad hoc demolition engineering requirements that may arise in the duration of the contract

NLC reserve the right to have the successful consultants procure survey requirements as part of the scope of requirements

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

The Consultant must stay fully independent of all NLC contracts. They may work with industry bodies on non‑NLC projects if impartiality is unaffected. They must not work with any contractor involved in NLC demolition projects or create any conflict of interest. All conflicts must be disclosed or the appointment may be terminated (see scope of requirements for further details).


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

All key personnel working on this contract must be members of the Institute of Demolition Engineers.

Conditions for participation

The buyer will use the Single Procurement Document (SPD) (Scotland) to assess exclusion and selection criteria. Bidders must complete the SPD electronically via the Public Contracts Scotland Tender website (PCST) as part of their tender submission.

III.1.1 Grounds for exclusion

Bidders will be excluded where they fall within the mandatory grounds for exclusion under Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Discretionary grounds for exclusion may also apply as set out in the procurement documents.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Financial Ratios

Insurance

Minimum level(s) of standards possibly required

Bidders are required to meet the minimum threshold in any two of the following three financial ratios:

Acid Test Ratio

Formula: (Current Assets – Stock) ÷ Current Liabilities

Requirement: A ratio greater than 1.

Return on Capital Employed (ROCE)

Formula: Profit ÷ Capital Employed

Requirement: A positive percentage.

Debt Ratio

Formula :Total Liabilities/Total Assets

Requirement : Debt Ratio financial ratio of 0.50 and below.

Bidders must calculate and submit these ratios based on their recent audited annual accounts. Each submission must clearly show the calculations used to derive the ratios.

NLC reserve the right to seek clarification around mitigating circumstances should any candidate fail to meet the above threshold.

Insurance:

Professional Risk Indemnity: GBP5,000,000 in the aggregate

Employer's (Compulsory) Liability: GBP5,000,000 for any one loss

Public Liability: GBP5,000,000 for any one loss

three.1.3) Technical and professional ability

List and brief description of selection criteria

Experience of Similar - scored pass/fail

Key Personnel to be members of the Institute of Demolition Engineers scored pass/fail

Quality Assurance Standards scored pass/fail

Environmental Management Standards scored pass/fail

Minimum level(s) of standards possibly required

Minimum number of relevant examples: three

Bidders must provide three examples of similar demolition works carried out within the past 5 years demonstrate their relevant experience to deliver the services described in Part II.2.4 of the Contract Notice and within all associated tender documents.

Criteria for Examples:

Each example must be of similar value, size, scope, nature, and form to the works being tendered and must include:

Example one should demonstrate a proven track record in delivering residential high rise demolition projects, in a built‑up area, specifically with complex structures and precast concrete elements.

Example two should demonstrate a proven track record in delivering low rise demolition projects, specifically with complex structures and precast concrete elements.

Example three should demonstrate the ability to deliver the demolition of pre- tensioned and post tensioned structures.

[SEE QUALFICATION ENVELOPE FOR FULL DETAILS]

All key personnel working on this contract must be members of the Institute of Demolition Engineers

Tenderers must be ISO 9001 accredited or have an in-house system which works adheres to this standard and is fully audited

Tenderers must be ISO 14001 accredited or have an in-house system which works adheres to this standard and is fully audited

three.2) Conditions related to the contract

three.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


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: Yes

four.2) Administrative information

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

Date

13 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

Tender must be valid until: 14 September 2026

four.2.7) Conditions for opening of tenders

Date

13 March 2026

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This requirement will be retendered after four years.

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

The terms and conditions of contract for this contract will be the NEC 4 Professional Services Contract.

Scots Law applies.

All Sections of the Qualification Envelope will be scored pass/fail either on a mandatory or discretionary basis. Any bid that has been deemed to fail any of these sections will be set aside.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31129. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

A minimum 100 points must be realised. Attached is the North Lanarkshire Community Benefits Menu, you must realise the minimum number as stated below for each section:

Targeted Recruitment and Employment 20 points - to be realised in year one

Targeted Skills & Training 30 points to be realised across the four years

Supply Chain Development 20 points to be realised across the four years

Community Engagement 30 points to be realised across the four years

(SC Ref:823061)

six.4) Procedures for review

six.4.1) Review body

Scottish Courts

Edinburgh

Country

United Kingdom