Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Single Building Assessments - Phase 2

  • First published: 19 February 2026
  • Last modified: 19 February 2026
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
North Lanarkshire Council
Authority ID:
AA20183
Publication date:
19 February 2026
Deadline date:
31 March 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

North Lanarkshire Council (NLC) are seeking a suitably qualified consultancy organisation, endorsed by the Scottish Government to carry out phase two of the Single Building Assessment programme on high-rise properties across North Lanarkshire.

Full notice text

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: 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

Single Building Assessments - Phase 2

Reference number: NLC-SLP-25-146

II.1.2) Main CPV code

71312000

 

II.1.3) Type of contract

Services

II.1.4) Short description

North Lanarkshire Council (NLC) are seeking a suitably qualified consultancy organisation, endorsed by the Scottish Government to carry out phase two of the Single Building Assessment programme on high-rise properties across North Lanarkshire.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71312000

71315100

71317100

71530000

79417000

71600000

II.2.3) Place of performance

NUTS code:

UKM84


Main site or place of performance:

North Lanarkshire Council Area

II.2.4) Description of the procurement

North Lanarkshire Council (NLC) are seeking a suitably qualified consultancy organisation, endorsed by the Scottish Government to carry out phase two of the Single Building Assessment programme on high-rise properties across North Lanarkshire.

Phase two consists of 26 properties. However NLC reserves the right to vary this amount should the need arise.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 30/06/2026

End: 01/04/2027

This contract is subject to renewal: Yes

Description of renewals:

NLC reserves the right to extend this contract by up to 12 months at their own discretion.

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:

NLC also reserve the right to ask the successful consultant to provide any other services that may be become apparent during the assessment, such as but not limited to:

Removal, transport, and replacement (including temporary weatherproofing) of external wall panels for the purposes of testing to establish expected fire performance e.g. Single Burning Item testing.

Fire door surveys

Compartmentation surveys

Fire Engineering

Fire Risk Assessment

Related enabling works

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

This procurement exercise is only open to organisations endorsed by the Scottish Government to provide Single Building Assessments as at the submission deadline. If you organisation is not named on this list your submission will be removed from the process and not considered any further.

www.gov.scot/publications/cladding-remediation-programme-factsheet/pages/assessing-buildings-for-risk/

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:

This procurement exercise is only open to organisations endorsed by the Scottish Government to provide Single Building Assessments as at the submission deadline. If you organisation is not named on this list your submission will be removed from the process and not considered any further.

https://www.gov.scot/publications/cladding-remediation-programme-factsheet/pages/assessing-buildings-for-risk/

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 Values


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 reserves the right to seek clarification around mitigating circumstances should any candidate fail to meet the above threshold.

Bidders must have or commit to have the following insurances;

Professional Risk Indemnity: GBP5M in the aggregate

Employer's (Compulsory) Liability: GBP10M in respect of each claim, without limit to the number of claims

Public Liability: GBP5M in respect of each claim, without limit to the number of claims

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Evidence of suitable experience

Qualifications

Quality Assurance

Environmental Management


Minimum level(s) of standards required:

Evidence of Suitable Experience; Bidders must provide two redacted examples of the following:

1 Type 1 Fire Risk Assessment (FRA) Final Report

2 Type 4 Fire Risk Assessment (FRA) Final Report

3 Single Building Assessment (SBA) OR Fire Risk Appraisal of External Walls (FRAEW) Final Report

Each example must be of similar value, size, and scope, nature and form of the service being tendered (further details contained in the Qualification Envelope of PCST)

Qualifications: All key personnel must be qualified as detailed within Section 2.8 Competency of the SBA Specification Document issued by the Scottish Government.

Tenderers are to be ISO 9001 accredited or have an in-house system that adheres to this standard and is fully audited.

Tenderers are to be ISO 9001 accredited or have an in-house system that adheres to this standard and is fully audited.

All of the above will be evaluated pass/fail

III.2) Conditions related to 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: 31/03/2026

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: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 31/03/2026

Local time: 12:00

Place:

Motherwell

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

Terms and conditions of contract will be the NEC 4 Professional Services Contract Main Option A

Scots Law applies to this contract.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31119. 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:

Tenderer must realise a minimum of 80 community benefits points under this contract from the Community Benefits Menu provide in the Technical Envelope on PCST.

Targeted Skills & Training 30 points to be realised

Supply Chain Development 20 points to be realised

Community Engagement 30 points to be realised

Failure to comply with the Community Benefits requirement may see your bid set aside.

(SC Ref:823730)

VI.4) Procedures for review

VI.4.1) Review body

Scottish Courts

Edinburgh

UK

VI.5) Date of dispatch of this notice

18/02/2026

Coding

Commodity categories

ID Title Parent category
71315100 Building-fabric consultancy services Building services
71530000 Construction consultancy services Construction-related services
71317100 Fire and explosion protection and control consultancy services Hazard protection and control consultancy services
79417000 Safety consultancy services Business and management consultancy services
71312000 Structural engineering consultancy services Consultative engineering and construction services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
contractstrategy@northlan.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.