Notice Information
Notice Title
MTC for Electrical Upgrade Works to NLC Low Rise Block Communal Areas; 2025 - 2030 (HO RW 25 029)
Notice 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.
Lot Information
Lot 1
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.. 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.
Renewal: 2027 - If extension period NOT utilised. 2030 - If all extension periods ARE utilised.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000799775
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP539887
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45310000 - Electrical installation work
45311000 - Electrical wiring and fitting work
45311100 - Electrical wiring work
45311200 - Electrical fitting work
Notice Value(s)
- Tender Value
- £5,000,000 £1M-£10M
- Lots Value
- £5,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £5,000,000 £1M-£10M
Notice Dates
- Publication Date
- 24 Sep 20255 months ago
- Submission Deadline
- 11 Jul 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 19 Sep 20255 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Estimated timing for further notices to be published: 2027 - if extension periods are not utilised or 2030 if the extension periods are utilised.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTH LANARKSHIRE COUNCIL
- Contact Name
- Shona Dunsmore
- Contact Email
- contractstrategy@northlan.gov.uk
- Contact Phone
- +44 3451430015
Buyer Location
- Locality
- MOTHERWELL
- Postcode
- ML1 1AB
- Post Town
- Motherwell
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM34 North Lanarkshire
- Delivery Location
- TLM84 North Lanarkshire
-
- Local Authority
- North Lanarkshire
- Electoral Ward
- Motherwell South East and Ravenscraig
- Westminster Constituency
- Motherwell, Wishaw and Carluke
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=12
25th June 2025 - REV V01-Section 8-Schedule of Rates (with Notional Quantities) CHANGE CONTROL IS ON FRONT PAGE TAB. -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=13
25th June 2025 - REV V01 25.06.2025-Section 8-Schedule of Rates(with Notional Quantities)CHANGES NOTED ON FRONT PAGE. -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=10
25th June 2025 - Section 8 - Schedule of Rates (with Notional Quantities) -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=11
17th June 2025 - Section 7 - Performance Specification - Electrical Rewires Upgrades to Common Areas -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=9
11th June 2025 - Section 9 - Quality Questionnaire -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=1
11th June 2025 - Section 6 Appendix A - Example CSM Scorecard -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=2
11th June 2025 - Section 6 - Appendix M - Blank Community Benefits Offering Menu -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=3
11th June 2025 - Section 6 - Appendix M - Example Community Benefits Offering Menu -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=4
11th June 2025 - Section 6 Appendix I - Pre-Construction Information (PCI) -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=5
11th June 2025 - Section 6 Appendix A - Blank CSM Scorecard -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=6
11th June 2025 - Section 6 Appendix N - 1. Sample Order -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=7
11th June 2025 - Section 6 Appendix N - 2. Optional Order Appendix 1 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=8
11th June 2025 - Invitation to Tender (ITT) -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN532332
MTC for Electrical Upgrade Works to NLC Low Rise Block Communal Areas; 2025 - 2030 (HO RW 25 029) - 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. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP539887
MTC for Electrical Upgrade Works to NLC Low Rise Block Communal Areas; 2025 - 2030 (HO RW 25 029) - 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.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000799775-2025-09-24T00:00:00Z",
"date": "2025-09-24T00:00:00Z",
"ocid": "ocds-r6ebe6-0000799775",
"initiationType": "tender",
"parties": [
{
"id": "org-99",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"name": "Shona Dunsmore",
"email": "contractstrategy@northlan.gov.uk",
"telephone": "+44 3451430015",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.northlanarkshire.gov.uk/"
}
},
{
"id": "org-100",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"locality": "Motherwell",
"streetAddress": "Civic Centre, Windmillhill Street",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"url": "http://",
"name": "Shona Dunsmore",
"email": "contractstrategy@northlan.gov.uk",
"telephone": "+44 3451430015"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.northlanarkshire.gov.uk/"
}
},
{
"id": "org-101",
"name": "Saltire Facilities Management Ltd",
"identifier": {
"legalName": "Saltire Facilities Management Ltd"
},
"address": {
"streetAddress": "Carnbroe House, 1 Finch Way, Strathclyde Business Park,",
"locality": "Bellshill",
"region": "UKM84",
"postalCode": "ML4 3PE"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-102",
"name": "Scottish Courts",
"identifier": {
"legalName": "Scottish Courts"
},
"address": {
"locality": "Edinburgh"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "North Lanarkshire Council",
"id": "org-100"
},
"tender": {
"id": "NLC-SLP-25-028",
"title": "MTC for Electrical Upgrade Works to NLC Low Rise Block Communal Areas; 2025 - 2030 (HO RW 25 029)",
"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.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45311000",
"scheme": "CPV"
},
{
"id": "45311100",
"scheme": "CPV"
},
{
"id": "45311200",
"scheme": "CPV"
},
{
"id": "45310000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Geographical area North Lanarkshire Council"
},
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 5000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2025-07-11T12:00:00Z"
},
"awardPeriod": {
"startDate": "2025-07-11T12:00:00Z"
},
"documents": [
{
"id": "JUN532332",
"documentType": "contractNotice",
"title": "MTC for Electrical Upgrade Works to NLC Low Rise Block Communal Areas; 2025 - 2030 (HO RW 25 029)",
"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.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN532332",
"format": "text/html"
},
{
"id": "JUN532332-1",
"title": "Section 6 Appendix A - Example CSM Scorecard",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=1",
"datePublished": "2025-06-11T13:50:06Z",
"dateModified": "2025-06-11T13:50:06Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "JUN532332-2",
"title": "Section 6 - Appendix M - Blank Community Benefits Offering Menu",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=2",
"datePublished": "2025-06-11T13:50:06Z",
"dateModified": "2025-06-11T13:50:06Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "JUN532332-3",
"title": "Section 6 - Appendix M - Example Community Benefits Offering Menu",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=3",
"datePublished": "2025-06-11T13:50:06Z",
"dateModified": "2025-06-11T13:50:06Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "JUN532332-4",
"title": "Section 6 Appendix I - Pre-Construction Information (PCI)",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=4",
"datePublished": "2025-06-11T13:50:06Z",
"dateModified": "2025-06-11T13:50:06Z",
"format": "application/pdf"
},
{
"id": "JUN532332-5",
"title": "Section 6 Appendix A - Blank CSM Scorecard",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=5",
"datePublished": "2025-06-11T13:50:06Z",
"dateModified": "2025-06-11T13:50:06Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "JUN532332-6",
"title": "Section 6 Appendix N - 1. Sample Order",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=6",
"datePublished": "2025-06-11T13:50:06Z",
"dateModified": "2025-06-11T13:50:06Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN532332-7",
"title": "Section 6 Appendix N - 2. Optional Order Appendix 1",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=7",
"datePublished": "2025-06-11T13:50:06Z",
"dateModified": "2025-06-11T13:50:06Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN532332-8",
"title": "Invitation to Tender (ITT)",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=8",
"datePublished": "2025-06-11T13:50:06Z",
"dateModified": "2025-06-11T13:50:06Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN532332-9",
"title": "Section 9 - Quality Questionnaire",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=9",
"datePublished": "2025-06-11T13:50:07Z",
"dateModified": "2025-06-11T13:50:07Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN532332-10",
"title": "Section 8 - Schedule of Rates (with Notional Quantities)",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=10",
"datePublished": "2025-06-11T13:50:07Z",
"dateModified": "2025-06-25T09:23:10Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "JUN532332-11",
"title": "Section 7 - Performance Specification - Electrical Rewires Upgrades to Common Areas",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=11",
"datePublished": "2025-06-17T10:48:58Z",
"dateModified": "2025-06-17T10:48:58Z",
"format": "application/pdf"
},
{
"id": "JUN532332-12",
"title": "REV V01-Section 8-Schedule of Rates (with Notional Quantities) CHANGE CONTROL IS ON FRONT PAGE TAB.",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=12",
"datePublished": "2025-06-25T09:23:10Z",
"dateModified": "2025-06-25T09:29:59Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "JUN532332-13",
"title": "REV V01 25.06.2025-Section 8-Schedule of Rates(with Notional Quantities)CHANGES NOTED ON FRONT PAGE.",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532332&idx=13",
"datePublished": "2025-06-25T09:29:59Z",
"dateModified": "2025-06-25T09:29:59Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "SEP539887",
"documentType": "awardNotice",
"title": "MTC for Electrical Upgrade Works to NLC Low Rise Block Communal Areas; 2025 - 2030 (HO RW 25 029)",
"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.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP539887",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"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. 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.. 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.",
"status": "complete",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Project Delivery - Programme",
"description": "20%"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "2027 - If extension period NOT utilised. 2030 - If all extension periods ARE utilised."
}
}
],
"bidOpening": {
"date": "2025-07-11T12:00:00Z",
"address": {
"streetAddress": "North Lanarkshire Council, Civic Centre, Motherwell"
},
"description": "NLC Procurement Professionals via PCS portal."
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "The Invitation to Tender (ITT) will contain the relevant contract performance conditions and requirements"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "4A.1 - Bidders must be registered or enrolled in the relevant professional or trade register kept in the Member State of its establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015). - Bidders should confirm they are registered or enrolled on the relevant trade register and provide information relating to this i.e. registration number, member number etc. - Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4A. - Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4A, will be assessed as a FAIL and will be excluded from the competition."
},
{
"type": "economic",
"description": "SPDS Selection Criteria, Part IV, Section B: Economic and Financial Standing, 4B.4, 4B.5.1a, 4B.5.1b and 4B.5.2",
"minimum": "4B.4 - Bidders will be required to pass the following Ratio Tests: 2 out of 3 ratios tests. - Acid Test Ratio: Bidders will be required to have an: Acid Test Ratio financial ratio greater than or equal to 1.00 to 2 decimal points. The acceptable date range for \"Acid Test\" financial ratio shall be the Bidders most recent financial year where fully audited accounts are available. - Debt Ratio: Bidders will be required to have a Debt Ratio financial ratio of less than or equal to 0.50 to 2 decimal points. The acceptable date range for \"Debt Ratio Test\" financial ratio shall be the Bidders most recent financial year where fully audited accounts are available. - Turnover Ratio: Bidders will be required to have a financial ratio greater than or equal to 1.25 to 2 decimal places. The acceptable date range for \"Turnover Ratio Test\" financial ratio shall be the Bidders most recent financial year where fully audited accounts are available. - 4B.5.1a - Bidders must confirm they already have, or commit to obtain prior to the commencement date of the contract, the following levels of insurance cover: 1. Professional Risk Indemnity Insurance: 5,000,000 GBP in the aggregate amount for any one period of insurance. - 4B.5.1b - Bidders must confirm they already have, or commit to obtain prior to the commencement date of the contract, the following levels of insurance cover: 1. Employer Compulsory Liability Insurance: 10,000,000 GBP each and every claim. - 4B.5.2 - Bidders must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1. Public Liability Insurance: 10,000,000 GBP each and every claim 2. Product Liability Insurance: 10,000,000 GBP in the aggregate - Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e. 4B. - Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4B will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their tender submission: 1. an SPDS submission from a Parent Company (or Ultimate Parent Company) who can meet all the above minimum requirements; and 2. a declaration that the Parent Company (or Ultimate Parent Company) is prepared to provide a Parent Company Guarantee (PCG) in the form determined by the Council to cover the duration of the proposed Contract, including the available extension periods. - The Council reserves the right at its own discretion to seek information from the applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to determine the Applicant's economic and financial standing. - North Lanarkshire Council requires to ensure that the economic operator has the necessary economic and financial capacity to perform and complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the works has suitable financial strength and capacity to complete these goods, works or services."
},
{
"type": "technical",
"description": "SPDS Selection Criteria, Part IV Section C: Technical and Professional Ability, 4C.1, 4C.6, 4C.10 and SPDS Selection Criteria, Part IV Section D: Quality Assurance Schemes and Environmental Management Standards, 4D.1, 4D.2. Owing to the character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3 in the Contract Notice). Therefore the Objective and Non-Discriminatory Criteria for Questions 4D.1 and 4D.2 are set out in full in the SPDS and SPDS Minimum Requirements document, which can be accessed through the buyer attachment area within the portal.",
"minimum": "4C.1 - Bidders should provide a minimum of two (2) examples of contractual arrangements they have held over the past five (5) years which best demonstrates their relevant experience to deliver requirements within the contract which were similar in regard to scope, scale, and duration and 1 example must be through to final defects. Bidders must achieve an overall combined minimum score requirement of 70. Bidders unable to meet the minimum requirements for 4C.1 and who fail to achieve an overall score of 70 will be assessed as a FAIL and will be excluded from the competition. - 4C.6 - Bidders will be required to confirm and provide proof that at least one of their employees has the following relevant educational and professional qualifications: - British Approvals for Fire Equipment (BAFE) Registration; and - Member of the National Inspection Council for Electrical Installation Contracting (NICEIC); or - Electrical Contractors Association of Scotland (SELECT). Bidders may provide alternative accreditations to those listed above. Any alternative accreditation must be accompanied by documented evidence to demonstrate the alternative is equivalent to the accreditation noted above. - 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4C. Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4C will be assessed as a FAIL and will be excluded from the competition. - 4D.1 - 1. The Bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR 2. The Bidder must meet the Criteria as detailed in SPDS Part IV, Question 4D.1 point 2, a-g. 3. The Bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR 4. The Bidder must meet the Criteria as detailed in SPDS Part IV, Question 4D.1 point 4, a-m. 4D.2 - 1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR 2. The Bidder must meet the Criteria as detailed in SPDS Part IV, Question 4D.2 point 2, a-g. Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4D. Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4D will be assessed as a FAIL and will be excluded from the competition."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "45310000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "Estimated timing for further notices to be published: 2027 - if extension periods are not utilised or 2030 if the extension periods are utilised."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"reviewDetails": "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."
},
"language": "EN",
"description": "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)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000799775"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000799775"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "NLC-SLP-25-028",
"suppliers": [
{
"id": "org-101",
"name": "Saltire Facilities Management Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "NLC-SLP-25-028",
"awardID": "NLC-SLP-25-028",
"status": "active",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"dateSigned": "2025-09-19T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2025/S 000-031532"
}
],
"bids": {
"statistics": [
{
"id": "151",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "152",
"measure": "smeBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "153",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "154",
"measure": "foreignBidsFromNonEU",
"value": 3,
"relatedLot": "1"
},
{
"id": "155",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}