Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
UK
Contact person: Shona Dunsmore
Telephone: +44 3451430015
E-mail: contractstrategy@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.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
MTC for Electrical Upgrade Works to NLC Low Rise Block Communal Areas; 2025 - 2030 (HO RW 25 029)
Reference number: NLC-SLP-25-028
II.1.2) Main CPV code
45310000
II.1.3) Type of contract
Works
II.1.4) Short description
North Lanarkshire Council wish to appoint a competent contractor for the provision of planned Rewiring of Communal Areas in Low-rise properties to both Council and privately owned properties throughout the geographical area of North Lanarkshire Council.
The Council has a commitment to rewire and upgrade the communal area electrical installations of its low-rise housing stock, renewing lighting within these blocks and attaining and maintaining compliance with current IEE regulations and other relevant safety standards. There will be a requirement for the Contractor to engage with private owners, via the Council's Contract Administrator. The contractor will be required to provide back up data, design and cost for these works on a block-by-block basis as appropriate.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
5 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
45311000
45311100
45311200
45310000
II.2.3) Place of performance
NUTS code:
UKM84
Main site or place of performance:
Geographical area North Lanarkshire Council
II.2.4) Description of the procurement
North Lanarkshire Council wish to appoint a competent contractor for the provision of planned Rewiring of Communal Areas in Low-rise properties to both Council and privately owned properties throughout the geographical area of North Lanarkshire Council.
The Council has a commitment to rewire and upgrade the communal area electrical installations of its low-rise housing stock, renewing lighting within these blocks and attaining and maintaining compliance with current IEE regulations and other relevant safety standards. This is due to the increased cost of repairs, obsolete parts and often to ensure safety for operatives having to work on aging systems.There will be a requirement for the Contractor to engage with private owners, via the Council's Contract Administrator. The contractor will be required to provide back up data, design and cost for these works on a block-by-block basis as appropriate.
The works shall comprise the design, installation, inspection, testing and commissioning of all electrical works, which include, but is not limited to, new lighting, small power accessories, distribution boards, lighting controls, trunking, conduit and cabling.
The Works may comprise a selection or all of the installations below depending on survey findings:
- Design based on survey findings
- Building warrant submission and process to approval
- Drawings
- Provision of Reports and Contractors Proposals
- Provision of detailed costs as required
- Downtakings/making safe and temporary lighting
- Containment strip out and installation as required
- Lighting rewire;
- Power rewire
- Interface with ancillary installations eg Controlled Entry, Call video system, Photo Voltaic installation etc
- New Main AFDD board and connection to tails and liaison with Scottish Power
- Asbestos works
- Painter work
- Marking position and builderswork as required
- Testing and Certification
- Provision of as completed drawings and any asbestos certification
- Any ancillary Works
- The Contact Period will be for 24 months with 3 optional extensions of 12 months each as defined in the Contract Particulars
- Training as required to aspects and function of the installation
- Completion certification and a 12 month Guarantee upon completion including 24/7 hour cover throughout the defects period.
An Asset List outlining a List of properties is currently under review and the relevant list will be issued with each Order as noted within the Tender Document; however, the Contractor is reminded that works will be carried out at any location within North Lanarkshire Council and any list issued is not exhaustive of all properties. The Employer may alter or amend this list during the course of the Contract.
Please refer to the ITT documents for the full scope of works.
II.2.5) Award criteria
Quality criterion: Project Delivery - Programme
/ Weighting: 20%
Quality criterion: Project Delivery - Project Team
/ Weighting: 20%
Quality criterion: Health & Safety and Environmental
/ Weighting: 10%
Quality criterion: Contractor Design
/ Weighting: 20%
Quality criterion: End User Satisfaction
/ Weighting: 10%
Quality criterion: Carbon Reduction and Net Zero
/ Weighting: 5%
Quality criterion: Fair Work First
/ Weighting: 5%
Quality criterion: Community Benefits Methodology
/ Weighting: 10%
Price
/ Weighting:
60
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
Candidates should read and refer to the ITT.
-
Failure to comply with the instructions contained within the ITT may result in a Candidate's submission being rejected.
-
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.
-
DEADLINE FOR QUESTIONS IS 17:00 on 04/07/2025.
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-031532
Section V: Award of contract
Contract No: NLC-SLP-25-028
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
19/09/2025
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Saltire Facilities Management Ltd
Carnbroe House, 1 Finch Way, Strathclyde Business Park,
Bellshill
ML4 3PE
UK
NUTS: UKM84
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 5 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Bidders must ensure that they submit appropriate SPDS completed by other members of the group (if they are bidding as part of a group), others whose capacity they rely on, and known sub-contractors on whose capacity they do not rely on, to satisfy any aspect of the SPDS.
Bidders unable to complete SPDS Part IV: Concluding Statements may be excluded from the competition.
The complete ITT, with no pages omitted, must be submitted in accordance with instructions given, and be signed by an authorised representative. Bidders should note that all documents listed in ITT Section 12 "Checklist of Required Documents" must be fully completed and submitted to ensure the submission is considered complete. Failure to do so may result in the submission being deemed non-compliant.
All Bidders’ responses will first have their Single Procurement Document (SPD) response checked for compliance, including completeness and accuracy. Failure to meet any of the mandatory requirements indicated will result in the Tender being considered non-compliant and the bidder concerned will be excluded.
Quality Questions - Minimum Score – If the average final score for any quality question response is below the minimum score requirement set for that question, then the submission response will be deemed non-compliant. For the avoidance of doubt, if any quality question is unanswered this will result in the bid being deemed non-compliant.
Should a bidder achieve a score of zero in any element of the technical or commercial assessment, the Council reserves the right to deem their bid non-compliant. Such non-compliant bids will be removed from the evaluation process without further consideration.
(SC Ref:811036)
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
24/09/2025