Tender

MTC for Electrical Upgrade Works to NLC Low Rise Block Communal Areas; 2025 - 2030 (HO RW 25 029)

  • North Lanarkshire Council

F02: Contract notice

Notice identifier: 2025/S 000-031532

Procurement identifier (OCID): ocds-h6vhtk-0546b1

Published 11 June 2025, 1:43pm



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Contact

Shona Dunsmore

Email

contractstrategy@northlan.gov.uk

Telephone

+44 3451430015

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.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

MTC for Electrical Upgrade Works to NLC Low Rise Block Communal Areas; 2025 - 2030 (HO RW 25 029)

Reference number

NLC-SLP-25-028

two.1.2) Main CPV code

  • 45310000 - Electrical installation work

two.1.3) Type of contract

Works

two.1.4) Short description

North Lanarkshire Council wish to appoint a competent contractor for the provision of planned Rewiring of Communal Areas in Low-rise properties to both Council and privately owned properties throughout the geographical area of North Lanarkshire Council.

The Council has a commitment to rewire and upgrade the communal area electrical installations of its low-rise housing stock, renewing lighting within these blocks and attaining and maintaining compliance with current IEE regulations and other relevant safety standards. There will be a requirement for the Contractor to engage with private owners, via the Council's Contract Administrator. The contractor will be required to provide back up data, design and cost for these works on a block-by-block basis as appropriate.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45311000 - Electrical wiring and fitting work
  • 45311100 - Electrical wiring work
  • 45311200 - Electrical fitting work
  • 45310000 - Electrical installation work

two.2.3) Place of performance

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

Geographical area North Lanarkshire Council

two.2.4) Description of the procurement

North Lanarkshire Council wish to appoint a competent contractor for the provision of planned Rewiring of Communal Areas in Low-rise properties to both Council and privately owned properties throughout the geographical area of North Lanarkshire Council.

The Council has a commitment to rewire and upgrade the communal area electrical installations of its low-rise housing stock, renewing lighting within these blocks and attaining and maintaining compliance with current IEE regulations and other relevant safety standards. This is due to the increased cost of repairs, obsolete parts and often to ensure safety for operatives having to work on aging systems.There will be a requirement for the Contractor to engage with private owners, via the Council's Contract Administrator. The contractor will be required to provide back up data, design and cost for these works on a block-by-block basis as appropriate.

The works shall comprise the design, installation, inspection, testing and commissioning of all electrical works, which include, but is not limited to, new lighting, small power accessories, distribution boards, lighting controls, trunking, conduit and cabling.

The Works may comprise a selection or all of the installations below depending on survey findings:

- Design based on survey findings

- Building warrant submission and process to approval

- Drawings

- Provision of Reports and Contractors Proposals

- Provision of detailed costs as required

- Downtakings/making safe and temporary lighting

- Containment strip out and installation as required

- Lighting rewire;

- Power rewire

- Interface with ancillary installations eg Controlled Entry, Call video system, Photo Voltaic installation etc

- New Main AFDD board and connection to tails and liaison with Scottish Power

- Asbestos works

- Painter work

- Marking position and builderswork as required

- Testing and Certification

- Provision of as completed drawings and any asbestos certification

- Any ancillary Works

- The Contact Period will be for 24 months with 3 optional extensions of 12 months each as defined in the Contract Particulars

- Training as required to aspects and function of the installation

- Completion certification and a 12 month Guarantee upon completion including 24/7 hour cover throughout the defects period.

An Asset List outlining a List of properties is currently under review and the relevant list will be issued with each Order as noted within the Tender Document; however, the Contractor is reminded that works will be carried out at any location within North Lanarkshire Council and any list issued is not exhaustive of all properties. The Employer may alter or amend this list during the course of the Contract.

Please refer to the ITT documents for the full scope of works.

two.2.5) Award criteria

Quality criterion - Name: Project Delivery - Programme / Weighting: 20%

Quality criterion - Name: Project Delivery - Project Team / Weighting: 20%

Quality criterion - Name: Health & Safety and Environmental / Weighting: 10%

Quality criterion - Name: Contractor Design / Weighting: 20%

Quality criterion - Name: End User Satisfaction / Weighting: 10%

Quality criterion - Name: Carbon Reduction and Net Zero / Weighting: 5%

Quality criterion - Name: Fair Work First / Weighting: 5%

Quality criterion - Name: Community Benefits Methodology / Weighting: 10%

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £5,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

2027 - If extension period NOT utilised.

2030 - If all extension periods ARE utilised.

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

Candidates should read and refer to the ITT.

-

Failure to comply with the instructions contained within the ITT may result in a Candidate's submission being rejected.

-

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.

-

DEADLINE FOR QUESTIONS IS 17:00 on 04/07/2025.


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

4A.1 -

Bidders must be registered or enrolled in the relevant professional or trade register kept in the Member State of its establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015).

-

Bidders should confirm they are registered or enrolled on the relevant trade register and provide information relating to this i.e. registration number, member number etc.

-

Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4A.

-

Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4A, will be assessed as a FAIL and will be excluded from the competition.

three.1.2) Economic and financial standing

List and brief description of selection criteria

SPDS Selection Criteria, Part IV, Section B: Economic and Financial Standing, 4B.4, 4B.5.1a, 4B.5.1b and 4B.5.2

Minimum level(s) of standards possibly required

4B.4 -

Bidders will be required to pass the following Ratio Tests: 2 out of 3 ratios tests.

-

Acid Test Ratio:

Bidders will be required to have an: Acid Test Ratio financial ratio greater than or equal to 1.00 to 2 decimal points.

The acceptable date range for “Acid Test” financial ratio shall be the Bidders most recent financial year where fully audited accounts are available.

-

Debt Ratio:

Bidders will be required to have a Debt Ratio financial ratio of less than or equal to 0.50 to 2 decimal points.

The acceptable date range for “Debt Ratio Test” financial ratio shall be the Bidders most recent financial year where fully audited accounts are available.

-

Turnover Ratio:

Bidders will be required to have a financial ratio greater than or equal to 1.25 to 2 decimal places.

The acceptable date range for “Turnover Ratio Test” financial ratio shall be the Bidders most recent financial year where fully audited accounts are available.

-

4B.5.1a -

Bidders must confirm they already have, or commit to obtain prior to the commencement date of the contract, the following levels of insurance cover:

1. Professional Risk Indemnity Insurance: 5,000,000 GBP in the aggregate amount for any one period of insurance.

-

4B.5.1b -

Bidders must confirm they already have, or commit to obtain prior to the commencement date of the contract, the following levels of insurance cover:

1. Employer Compulsory Liability Insurance: 10,000,000 GBP each and every claim.

-

4B.5.2 -

Bidders must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover:

1. Public Liability Insurance: 10,000,000 GBP each and every claim

2. Product Liability Insurance: 10,000,000 GBP in the aggregate

-

Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e. 4B.

-

Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4B will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their tender submission:

1. an SPDS submission from a Parent Company (or Ultimate Parent Company) who can meet all the above minimum requirements; and

2. a declaration that the Parent Company (or Ultimate Parent Company) is prepared to provide a Parent Company Guarantee (PCG) in the form determined by the Council to cover the duration of the proposed Contract, including the available extension periods.

-

The Council reserves the right at its own discretion to seek information from the applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to determine the Applicant’s economic and financial standing.

-

North Lanarkshire Council requires to ensure that the economic operator has the necessary economic and financial capacity to perform and complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the works has suitable financial strength and capacity to complete these goods, works or services.

three.1.3) Technical and professional ability

List and brief description of selection criteria

SPDS Selection Criteria, Part IV Section C: Technical and Professional Ability, 4C.1, 4C.6, 4C.10 and

SPDS Selection Criteria, Part IV Section D: Quality Assurance Schemes and Environmental Management Standards, 4D.1, 4D.2.

Owing to the character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3 in the Contract Notice). Therefore the Objective and Non-Discriminatory Criteria for Questions 4D.1 and 4D.2 are set out in full in the SPDS and SPDS Minimum Requirements document, which can be accessed through the buyer attachment area within the portal.

Minimum level(s) of standards possibly required

4C.1 -

Bidders should provide a minimum of two (2) examples of contractual arrangements they have held over the past five (5) years which best demonstrates their relevant experience to deliver requirements within the contract which were similar in regard to scope, scale, and duration and 1 example must be through to final defects.

Bidders must achieve an overall combined minimum score requirement of 70.

Bidders unable to meet the minimum requirements for 4C.1 and who fail to achieve an overall score of 70 will be assessed as a FAIL and will be excluded from the competition.

-

4C.6 -

Bidders will be required to confirm and provide proof that at least one of their employees has the following relevant educational and professional qualifications:

- British Approvals for Fire Equipment (BAFE) Registration; and

- Member of the National Inspection Council for Electrical Installation Contracting (NICEIC); or

- Electrical Contractors Association of Scotland (SELECT).

Bidders may provide alternative accreditations to those listed above. Any alternative accreditation must be accompanied by documented evidence to demonstrate the alternative is equivalent to the accreditation noted above.

-

4C.10 -

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4C.

Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4C will be assessed as a FAIL and will be excluded from the competition.

-

4D.1 -

1. The Bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),

OR

2. The Bidder must meet the Criteria as detailed in SPDS Part IV, Question 4D.1 point 2, a-g.

3. The Bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

OR

4. The Bidder must meet the Criteria as detailed in SPDS Part IV, Question 4D.1 point 4, a-m.

4D.2 -

1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,

OR

2. The Bidder must meet the Criteria as detailed in SPDS Part IV, Question 4D.2 point 2, a-g.

Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4D.

Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4D will be assessed as a FAIL and will be excluded from the competition.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Invitation to Tender (ITT) will contain the relevant contract performance conditions and requirements


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

11 July 2025

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

11 July 2025

Local time

12:00pm

Place

North Lanarkshire Council, Civic Centre, Motherwell

Information about authorised persons and opening procedure

NLC Procurement Professionals via PCS portal.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Estimated timing for further notices to be published:

2027 - if extension periods are not utilised

or

2030 if the extension periods are utilised.

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

Bidders must ensure that they submit appropriate SPDS completed by other members of the group (if they are bidding as part of a group), others whose capacity they rely on, and known sub-contractors on whose capacity they do not rely on, to satisfy any aspect of the SPDS.

Bidders unable to complete SPDS Part IV: Concluding Statements may be excluded from the competition.

The complete ITT, with no pages omitted, must be submitted in accordance with instructions given, and be signed by an authorised representative. Bidders should note that all documents listed in ITT Section 12 "Checklist of Required Documents" must be fully completed and submitted to ensure the submission is considered complete. Failure to do so may result in the submission being deemed non-compliant.

All Bidders’ responses will first have their Single Procurement Document (SPD) response checked for compliance, including completeness and accuracy. Failure to meet any of the mandatory requirements indicated will result in the Tender being considered non-compliant and the bidder concerned will be excluded.

Quality Questions - Minimum Score – If the average final score for any quality question response is below the minimum score requirement set for that question, then the submission response will be deemed non-compliant. For the avoidance of doubt, if any quality question is unanswered this will result in the bid being deemed non-compliant.

Should a bidder achieve a score of zero in any element of the technical or commercial assessment, the Council reserves the right to deem their bid non-compliant. Such non-compliant bids will be removed from the evaluation process without further consideration.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=799775.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers 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.

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:

North Lanarkshire Council's policy on Community Benefits in procurement aims to consider whether Community Benefits can be included where it is making capital investments or services/goods are being purchased.

An indication of the type of benefits which the Council expects is indicated within the ITT documents for this procurement exercise.

Bidders will be required to provide details within their tender submission of the Community Benefits they will deliver if their tender submission is successful. It should be noted that the Community Benefit commitments made at tender stage may form a contractual obligation.

Suppliers 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.

(SC Ref:799775)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=799775

six.4) Procedures for review

six.4.1) Review body

Scottish Courts

Edinburgh

Country

United Kingdom