Tender

Demolition Engineering consultancy Services

  • North Lanarkshire Council

F02: Contract notice

Notice identifier: 2025/S 000-082016

Procurement identifier (OCID): ocds-h6vhtk-05f3e7

Published 11 December 2025, 1:57pm



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

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