Contract notice
Section I: Contracting
authority
I.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
UK
Telephone: +44 3451430015
E-mail: contractstrategy@northlan.gov.uk
NUTS: UKM84
Internet address(es)
Main address: https://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
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
Demolition Engineering consultancy Services
Reference number: NLC-SLP-25-145
II.1.2) Main CPV code
71311000
II.1.3) Type of contract
Services
II.1.4) Short description
North Lanarkshire Council are seeking contract with a suitably qualified and experienced Demolition Engineering Consultancy organisation
II.1.5) Estimated total value
Value excluding VAT:
4 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71311000
II.2.3) Place of performance
NUTS code:
UKM84
Main site or place of performance:
North Lanarkshire Local Authority area.
II.2.4) Description of the procurement
NLC are seeking to appoint a demolition engineering consultancy organisation to provide engineering consultancy for the phase 2 demolition programme covering twelve high-rise residential properties.
The successful consultant may provide on a project-by-project basis which will be at NLCs discretion:
Project Management
CDM 2015 Duties
Engineering Input
Preparation of specifications
Undertake Principal Designer Role
Input with the demolition contractor procurement process
Full details of the scope of requirements are contained in the tender documentation.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
4 000 000.00
GBP
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 phase 2 demolition programme is expected to last eight years. This requirement will be retendered after four years.
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:
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.
Other requirements which will be allowable modifications, at North Lanarkshire Council’s discretion under this contract are but not limited to:
Demolition engineering services for Cumbernauld Town Centre
Demolition engineering services for Motherwell Concert Hall, Anvil Block and any other ad hoc demolition engineering requirements that may arise in the duration of the contract
NLC reserve the right to have the successful consultants procure survey requirements as part of the scope of requirements
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
The Consultant must stay fully independent of all NLC contracts. They may work with industry bodies on non‑NLC projects if impartiality is unaffected. They must not work with any contractor involved in NLC demolition projects or create any conflict of interest. All conflicts must be disclosed or the appointment may be terminated (see scope of requirements for further details).
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:
All key personnel working on this contract must be members of the Institute of Demolition Engineers.
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.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Financial Ratios
Insurance
Minimum level(s) of standards required:
Bidders are required to meet the minimum threshold in any two of the following three financial ratios:
Acid Test Ratio
Formula: (Current Assets – Stock) ÷ Current Liabilities
Requirement: A ratio greater than 1.
Return on Capital Employed (ROCE)
Formula: Profit ÷ Capital Employed
Requirement: A positive percentage.
Debt Ratio
Formula :Total Liabilities/Total Assets
Requirement : Debt Ratio financial ratio of 0.50 and below.
Bidders must calculate and submit these ratios based on their recent audited annual accounts. Each submission must clearly show the calculations used to derive the ratios.
NLC reserve the right to seek clarification around mitigating circumstances should any candidate fail to meet the above threshold.
Insurance:
Professional Risk Indemnity: GBP5,000,000 in the aggregate
Employer's (Compulsory) Liability: GBP5,000,000 for any one loss
Public Liability: GBP5,000,000 for any one loss
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Experience of Similar - scored pass/fail
Key Personnel to be members of the Institute of Demolition Engineers scored pass/fail
Quality Assurance Standards scored pass/fail
Environmental Management Standards scored pass/fail
Minimum level(s) of standards required:
Minimum number of relevant examples: three
Bidders must provide three examples of similar demolition works carried out within the past 5 years demonstrate their relevant experience to deliver the services described in Part II.2.4 of the Contract Notice and within all associated tender documents.
Criteria for Examples:
Each example must be of similar value, size, scope, nature, and form to the works being tendered and must include:
Example one should demonstrate a proven track record in delivering residential high rise demolition projects, in a built‑up area, specifically with complex structures and precast concrete elements.
Example two should demonstrate a proven track record in delivering low rise demolition projects, specifically with complex structures and precast concrete elements.
Example three should demonstrate the ability to deliver the demolition of pre- tensioned and post tensioned structures.
[SEE QUALFICATION ENVELOPE FOR FULL DETAILS]
All key personnel working on this contract must be members of the Institute of Demolition Engineers
Tenderers must be ISO 9001 accredited or have an in-house system which works adheres to this standard and is fully audited
Tenderers must be ISO 14001 accredited or have an in-house system which works adheres to this standard and is fully audited
III.2) Conditions related to the contract
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.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
13/03/2026
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
Tender must be valid until:
14/09/2026
IV.2.7) Conditions for opening of tenders
Date:
13/03/2026
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
This requirement will be retendered after four years.
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
The terms and conditions of contract for this contract will be the NEC 4 Professional Services Contract.
Scots Law applies.
All Sections of the Qualification Envelope 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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31129. 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:
A minimum 100 points must be realised. Attached is the North Lanarkshire Community Benefits Menu, you must realise the minimum number as stated below for each section:
Targeted Recruitment and Employment 20 points - to be realised in year one
Targeted Skills & Training 30 points to be realised across the four years
Supply Chain Development 20 points to be realised across the four years
Community Engagement 30 points to be realised across the four years
(SC Ref:823061)
VI.4) Procedures for review
VI.4.1) Review body
Scottish Courts
Edinburgh
UK
VI.5) Date of dispatch of this notice
11/02/2026