Section one: Contracting authority
one.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
contractstrategy@northlan.gov.uk
Telephone
+44 3451430015
Country
United Kingdom
NUTS code
UKM84 - North Lanarkshire
Internet address(es)
Main address
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
Single Building Assessments - Phase 2
Reference number
NLC-SLP-25-146
two.1.2) Main CPV code
- 71312000 - Structural engineering consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
North Lanarkshire Council (NLC) are seeking a suitably qualified consultancy organisation, endorsed by the Scottish Government to carry out phase two of the Single Building Assessment programme on high-rise properties across North Lanarkshire.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71312000 - Structural engineering consultancy services
- 71315100 - Building-fabric consultancy services
- 71317100 - Fire and explosion protection and control consultancy services
- 71530000 - Construction consultancy services
- 79417000 - Safety consultancy services
- 71600000 - Technical testing, analysis and consultancy services
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
Main site or place of performance
North Lanarkshire Council Area
two.2.4) Description of the procurement
North Lanarkshire Council (NLC) are seeking a suitably qualified consultancy organisation, endorsed by the Scottish Government to carry out phase two of the Single Building Assessment programme on high-rise properties across North Lanarkshire.
Phase two consists of 26 properties. However NLC reserves the right to vary this amount should the need arise.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
30 June 2026
End date
1 April 2027
This contract is subject to renewal
Yes
Description of renewals
NLC reserves the right to extend this contract by up to 12 months at their own discretion.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
NLC also reserve the right to ask the successful consultant to provide any other services that may be become apparent during the assessment, such as but not limited to:
Removal, transport, and replacement (including temporary weatherproofing) of external wall panels for the purposes of testing to establish expected fire performance e.g. Single Burning Item testing.
Fire door surveys
Compartmentation surveys
Fire Engineering
Fire Risk Assessment
Related enabling works
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
This procurement exercise is only open to organisations endorsed by the Scottish Government to provide Single Building Assessments as at the submission deadline. If you organisation is not named on this list your submission will be removed from the process and not considered any further.
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
This procurement exercise is only open to organisations endorsed by the Scottish Government to provide Single Building Assessments as at the submission deadline. If you organisation is not named on this list your submission will be removed from the process and not considered any further.
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 Values
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 reserves the right to seek clarification around mitigating circumstances should any candidate fail to meet the above threshold.
Bidders must have or commit to have the following insurances;
Professional Risk Indemnity: GBP5M in the aggregate
Employer's (Compulsory) Liability: GBP10M in respect of each claim, without limit to the number of claims
Public Liability: GBP5M in respect of each claim, without limit to the number of claims
three.1.3) Technical and professional ability
List and brief description of selection criteria
Evidence of suitable experience
Qualifications
Quality Assurance
Environmental Management
Minimum level(s) of standards possibly required
Evidence of Suitable Experience; Bidders must provide two redacted examples of the following:
1 Type 1 Fire Risk Assessment (FRA) Final Report
2 Type 4 Fire Risk Assessment (FRA) Final Report
3 Single Building Assessment (SBA) OR Fire Risk Appraisal of External Walls (FRAEW) Final Report
Each example must be of similar value, size, and scope, nature and form of the service being tendered (further details contained in the Qualification Envelope of PCST)
Qualifications: All key personnel must be qualified as detailed within Section 2.8 Competency of the SBA Specification Document issued by the Scottish Government.
Tenderers are to be ISO 9001 accredited or have an in-house system that adheres to this standard and is fully audited.
Tenderers are to be ISO 9001 accredited or have an in-house system that adheres to this standard and is fully audited.
All of the above will be evaluated pass/fail
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
31 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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
31 March 2026
Local time
12:00pm
Place
Motherwell
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
Terms and conditions of contract will be the NEC 4 Professional Services Contract Main Option A
Scots Law applies to this contract.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31119. 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:
Tenderer must realise a minimum of 80 community benefits points under this contract from the Community Benefits Menu provide in the Technical Envelope on PCST.
Targeted Skills & Training 30 points to be realised
Supply Chain Development 20 points to be realised
Community Engagement 30 points to be realised
Failure to comply with the Community Benefits requirement may see your bid set aside.
(SC Ref:823730)
six.4) Procedures for review
six.4.1) Review body
Scottish Courts
Edinburgh
Country
United Kingdom