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