Contract notice
Section I: Contracting
authority
I.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
UK
E-mail: corporateprocurement@northlan.gov.uk
NUTS: UKM84
Internet address(es)
Main address: http://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:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Window and Glazing Cleaning
Reference number: NLC-CPT-25-072
II.1.2) Main CPV code
90911300
II.1.3) Type of contract
Services
II.1.4) Short description
The establishment of a contract for the provision of window and glazing cleaning to various buildings and structures owned and/or operated by North Lanarkshire Council. Buildings and structures that fall within scope of this project include but are not limited to office accommodation, schools and educational establishments, depots and warehouses, residential and care facilities, concert venues, libraries, halls, pedestrian bridges and glazed structures. Services required to be delivered throughout the duration of the contract will fall within general window and glazing cleaning however in some instances, properties and structures may require specialist access techniques to be undertaken due to design features to undertake and complete requirements. As a result, contractors may be required to undertake works via specialist access methods such as; long water fed poles, mobile elevated work platforms, self-propelled booms, cradles and rope access and have to demonstrate their ability and experience to undertake such work.
II.1.5) Estimated total value
Value excluding VAT:
350 000.00
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
Operational Property and Specialist Structures
II.2.2) Additional CPV code(s)
90911300
II.2.3) Place of performance
NUTS code:
UKM84
II.2.4) Description of the procurement
Lot 1 comprises of buildings and property that allows the Council to undertake its daily operational business as well as facilities utilised by the general public. Requirements within this lot include but are not limited to, small single storey buildings to large office complexes up to 10 storeys, depots and warehouses, leisure centres, libraries and halls.
This lot also contains a number of specialist structures that require glazing to be cleaned due to their specialist design features.
A number of buildings within this lot will/may require specialist access techniques to be utilised due to design features to undertake and complete requirements. As a result, the Contractor may be required to undertake works via specialist access methods such as: long water fed poles, Mobile Elevated Work Platforms, self-propelled booms, cradles and rope access.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.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:
The initial period of the Contract will be 36 months with the option to extend for up to a further 12 months. The extension period will be at the Council's sole discretion. Following expiry of the Contract, the Council may elect to re-tender requirements.
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:
No
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
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.
Lot No: 2
II.2.1) Title
Educational Establishments
II.2.2) Additional CPV code(s)
90911300
II.2.3) Place of performance
NUTS code:
UKM84
II.2.4) Description of the procurement
Lot 2 comprises of all Educational establishments maintained by the Councils Facility Support Services on behalf of the Councils Education, Skills and Youth Employment Services. Requirements within this lot include Nursery Schools, Primary Schools, Secondary Schools and Additional Support Needs Schools. These will consist of one internal and one external clean per annum per school of all external windows. In the main, Primary schools require to be scheduled within term time and access times would be typically between 7.00am and 4.00pm.
There are currently 19 campuses within this lot that are Public Private Partnership (PPP) buildings. 17 of these schools are owned by TSNL (Transform School North Lanarkshire) and they subcontract Facilities management to Equans and as a result, the Contractor may have to undergo a separate vetting process in order to undertake work at PPP schools. There are an additional 2 high schools which are owned by DBMF co who subcontract Facilities management to OCS. Frequency is two internal and two external cleans per annum per campus of all external windows. PPP Schools require window and glazing cleaning to be conducted during school holidays only with Primary schools within PPP to be scheduled for Easter and October and Secondary schools scheduled for summer break and Christmas Break. RAMS must be provided prior to accessing to any PPP Schools. Hub southwest
All other schools require internal cleaning to be completed by 8.45am and external cleaning to be completed out with intervals at all schools and period changes within High Schools.
A number of buildings within this lot will require specialist access techniques to be utilised due to design features to undertake and complete requirements. As a result, the Contractor may be required to undertake works via specialist access methods such as: long water fed poles, Mobile Elevated Work Platforms, self-propelled booms, cradles and rope access.
Under no circumstances will any roof access be allowed to enable window cleaning for this lot.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.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:
The initial period of the Contract will be 36 months with the option to extend for up to a further 12 months. The extension period will be at the Council's sole discretion. Following expiry of the Contract, the Council may elect to re-tender requirements.
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:
No
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
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.
Lot No: 3
II.2.1) Title
Residential and Care Establishments
II.2.2) Additional CPV code(s)
90911300
II.2.3) Place of performance
NUTS code:
UKM84
II.2.4) Description of the procurement
Lot 3 comprises of all Residential and Care Establishments. Requirements within this lot include Sheltered Housing Complexes, Care Homes, Day Care Centres and any other Care Facility the Council operates.
A number of buildings within this lot will require specialist access techniques to be utilised due to design features to undertake and complete requirements. As a result, the Contractor may be required to undertake works via specialist access methods such as: long water fed poles, Mobile Elevated Work Platforms, self-propelled booms, cradles and rope access.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.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:
The initial period of the Contract will be 36 months with the option to extend for up to a further 12 months. The extension period will be at the Council's sole discretion. Following expiry of the Contract, the Council may elect to re-tender requirements.
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:
No
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
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.
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:
As per tender documentation.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
As per tender documentation.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
As per tender documentation.
Minimum level(s) of standards required:
As per tender documentation.
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
As per tender documentation.
III.2.2) Contract performance conditions
As per tender documentation.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
12/03/2026
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
12/03/2026
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
Tenderers 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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30634. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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/
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30634. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
As per tender documents published on PCS-T
(SC Ref:822991)
VI.4) Procedures for review
VI.4.1) Review body
Scottish Courts
Edinburgh
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.
VI.5) Date of dispatch of this notice
10/02/2026