Contract notice
Section I: Contracting
authority
I.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
UK
Contact person: Sean Skelton
Telephone: +44 3451430015
E-mail: contractstrategy@northlan.gov.uk
NUTS: UKM84
Internet address(es)
Main address: www.northlanarkshire.gov.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework Agreement for Demolition and Deconstruction of High-Rise and Low Rise Properties
Reference number: NLC-SLP-24-131
II.1.2) Main CPV code
45111000
II.1.3) Type of contract
Works
II.1.4) Short description
North Lanarkshire Council (NLC) is inviting bids from from suitably qualified and experienced contractors to participate in a procurement exercise for the establishment of a framework agreement to deliver complex demolition and deconstruction services.
Scope of Works
The framework will cover a wide range of demolition and deconstruction projects, including but not limited to:
High-rise residential buildings
Large-scale commercial properties (e.g. shopping centres)
Low-rise residential and commercial buildings
Projects may involve full structural demolition, partial deconstruction, site clearance, and associated enabling works.
II.1.5) Estimated total value
Value excluding VAT:
100 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Low Rise Demolition
II.2.2) Additional CPV code(s)
45110000
II.2.3) Place of performance
NUTS code:
UKM84
II.2.4) Description of the procurement
Low Rise and Non-Complex Demolition Projects. Such as :
Residential Buildings: Single-family homes, duplexes, and small apartment buildings.
Small Commercial Structures: Garages, lock-ups, sheds, ,small retail buildings and education buildings.
Low-Rise Towers: Buildings up to 11 stories high.
Non-Hazardous Sites: Locations without significant environmental contamination or hazardous materials.
Clear Access and Logistics: Sites with straightforward access for demolition equipment and debris removal.
Minimal Proximity Concerns: Structures that are not closely surrounded by other buildings, reducing the risk of collateral damage.
*This list is indicative, and the Council reserves the right to determine whether a project is non-complex based on specific building or environmental factors on a project-by-project basis.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical Questions
/ Weighting: 80
Price
/ Weighting:
20
II.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:
In accordance with Regulation 34 of the Public Contracts (Scotland) Regulations 2015, the contracting authority intends to establish a framework agreement with a duration of 5 Years from the date of contract award and optional extension periods of 3 x 12 months. Accordingly, the contract will be presented for a total of 96 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The contracting authority reserves the right to extend the scope of the framework agreement to include additional related works, services, or sites that align with the original scope of the procurement. This may include, but is not limited to, further demolition or deconstruction activities, enabling works, or associated environmental services, where such additions are deemed necessary to meet operational requirements or deliver best value.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Full details of the technical criteria and evaluation methodology are in the tender documents. Up to six (6) bidders will be appointed to this lot. If more than one bidder achieves the same score at the cut-off point, the Council reserves the right to appoint additional bidders to ensure fairness and maintain competitive balance.
Lot No: 2
II.2.1) Title
High Rise and Complex Demolition
II.2.2) Additional CPV code(s)
45110000
II.2.3) Place of performance
NUTS code:
UKM84
II.2.4) Description of the procurement
Lot 2 - High Rise and Complex Demolition
Definition – High Rise towers 12 stories and over and complex demolition projects. Complex project may include structures with Reinforced Autoclaved Aerated Concrete (RAAC), post-tensioning systems, mine workings, structural challenges, demolition in live complex environments, site constraints and contaminated sites.
Plus, large scale shopping centres and commercial buildings
* This list is indicative, and the Council reserves the right to determine whether a project is complex due to building or environmental challenges on a project-by-project basis.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical Questions
/ Weighting: 80
Price
/ Weighting:
20
II.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:
In accordance with Regulation 34 of the Public Contracts (Scotland) Regulations 2015, the contracting authority intends to establish a framework agreement with a duration of 5 Years from the date of contract award and optional extension periods of 3 x 12 months. Accordingly, the contract will be presented for a total of 96 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The contracting authority reserves the right to extend the scope of the framework agreement to include additional related works, services, or sites that align with the original scope of the procurement. This may include, but is not limited to, further demolition or deconstruction activities, enabling works, or associated environmental services, where such additions are deemed necessary to meet operational requirements or deliver best value.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Full details of the technical criteria and evaluation methodology are in the tender documents. Up to five (5) bidders will be appointed to this lot. If more than one bidder achieves the same score at the cut-off point, the Council reserves the right to appoint additional bidders to ensure fairness and maintain competitive balance.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Selection criteria as stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please refer to the tender documentation for details regarding the contract performance conditions
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 11
Justification for any framework agreement duration exceeding 4 years: Due to the complex, multi-phase nature of demolition works, long-term supplier investment, and alignment with the Council’s capital programme and social value goals, a longer framework (up to 96 months) ensures continuity, market stability, and efficient use of resources, in line with Regulation 34
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-039971
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/01/2026
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
30/01/2026
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
North Lanarkshire Council is supported by Perses CDM Limited, whose remit is to provide technical resource and expertise in relation to the establishment of the demolition framework, including technical input into tender evaluation.
In addition, the Council has agreements in place with other specialist demolition consultancies, who may be engaged as required to support the assessment of tender responses or provide guidance on technical aspects of the procurement.
However, in accordance with the Public Contracts (Scotland) Regulations 2015, the Council retains full responsibility for all procurement activity. This includes the development of procurement strategy, preparation of tender documentation, evaluation processes, and final contract award decisions. All procurement activities are conducted in line with regulatory requirements to ensure transparency, fairness, and compliance.
The Council is seeking bidders who can demonstrate alignment with the Scottish Government’s Waste Hierarchy, showing a clear commitment to minimising waste to landfill through reuse, recycling, and sustainable demolition practices. Performance against this requirement will be monitored as a Key Performance Indicator (KPI) under the framework agreement.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30422. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
For further details, please refer to the procurement documents available as part of the tender pack.
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:
For further details, please refer to the procurement documents available as part of the tender pack.
(SC Ref:813987)
VI.4) Procedures for review
VI.4.1) Review body
Scottish Courts
Edinburgh
UK
VI.5) Date of dispatch of this notice
15/12/2025