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
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
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-25-117
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) is seeking to appoint a demolition engineering consultant to deliver the following services over the initial four-year period of Phase Two of the demolition programme:
Development of the baseline programme
Project management of demolition activities
Support in relation to Fulfilment of CDM 2015 duties
Provision of engineering input and technical advice
Preparation of detailed specifications , Pre Construction information and employers requirements
Undertaking demolition feasibility assessments
Contract administration
Acting as Principal Designer in accordance with CDM 2015
two.1.5) Estimated total value
Value excluding VAT: £3,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71311300 - Infrastructure works consultancy services
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
Main site or place of performance
Various sites across the North Lanarkshire Council area.
two.2.4) Description of the procurement
North Lanarkshire Council are about to commence phase two of its demolition programme. The phase two programme is scheduled to last eight years and demolish 12 properties across North Lanarkshire:
Site
Property Address
One
Maxton Crescent
Two
Glasgow Road
Three
McClurg Court and Watson Street
Four
Rennie Road
Five
Greenfield Drive
Six
Witchwood Court (Tower)
Seven
Woodside Tower/Oakfield Tower
Eight
Albion Tower/Airbles Tower
Nine
Whamond Tower
The successful consultant will provide:
Project Management
CDM 2015 Duties
Engineering Input
Preparation of specifications
Input with the demolition contractor procurement process
Initially the Consultant will be required to prepare the baseline demolition programme. This will inform which properties the Consultant will provide the service over four-year duration of the contract.
It should be noted that not all sites will require to be project managed by the consultant, this will be selected on a project-by-project basis. It is anticipated that additional sites will also be added throughout the duration of the contract, including but not limited to, additional high rise blocks, complex corporate structures such as shopping centres and educational facilities etc.
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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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
It is the Council's intention to retender this requirement after four years.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
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
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
Insurance
Public Contract (Scotland) 2015 Regulations - Reg 61(7) or Reg 61(8)
Minimum level(s) of standards possibly required
Insurance:
Professional Risk Indemnity: 5,000,000 GBP in the aggregate
Employers (Compulsory) Liability Insurance: 10,000,000 GBP in respect of each claim without limit to the number of claims
Public Liability: 5,000,000 GBP without limit to the number of claims
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 consultant who undertakes the works has suitable financial strength and capacity to complete these works
As such 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
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
Restricted 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
14 January 2026
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
3 February 2026
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 36 Months
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.
SPD sections 3A -D, 4B,and 4D 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. For section 4C, examples 1, 2 and 3 will be scored 0-5. Example 1 will have a weighting of 50% and examples 2 and 3 are weighted 25% each.
It is envisaged that the highest scoring five organisations will be invited to stage 2.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 30517. 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:
NLC will expect 100 community benefits points to be delivered under this contract. 25 points will be delivered from each of the following areas:
Targeted Recruitment and Employment
Targeted Skills & Training
Supply Chain Development
Community Engagement
Further information will be included in the Stage Two Tender Documents
(SC Ref:817447)
six.4) Procedures for review
six.4.1) Review body
Scottish Courts
Edinburgh
Country
United Kingdom