Construction Contract Leads
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 4th Nov 2025
| Reference | ocds-h6vhtk-05da56 |
| Common Procurement Vocabulary | Electrical installation work |
| Procurement Method | Open procedure |
| Value | £7,000,000 |
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 4th Nov 2025
| Reference | ocds-h6vhtk-05da56 |
| Common Procurement Vocabulary | Electrical installation work |
| Procurement Method | Open procedure |
| Value | £7,000,000 |
Section I: Contracting authority
I.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
Contact
Shona Dunsmore
contractstrategy [at] northlan.gov.uk
Telephone
+44 3451430015
Country
United Kingdom
NUTS code
UKM84 - North Lanarkshire
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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 Replacement Controlled Door Entry Systems; 2026 - 2030 (HO DE 25 060)
Reference number
NLC-SLP-25-109
II.1.2) Main CPV code
- 45310000 - Electrical installation work
II.1.3) Type of contract
Works
II.1.4) Short description
North Lanarkshire Council wish to appoint a competent contractor for the Replacement of Controlled Door Entry Systems and Associated
Works in Domestic Dwellings in various locations within the geographic boundaries of North Lanarkshire Council.
II.1.5) Estimated total value
Value excluding VAT: £7,000,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 35121000 - Security equipment
- 42961100 - Access control system
- 45210000 - Building construction work
- 45000000 - Construction work
II.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
Main site or place of performance
Within the geographical boundaries of North Lanarkshire Council area.
II.2.4) Description of the procurement
North Lanarkshire Council is required to appoint a single contractor for Replacement of Controlled Door Entry Systems and Associated Works in Domestic Dwellings to various high-rise / low rise housing blocks / sheltered housing / care homes and the like, throughout various locations within the geographic boundaries of North Lanarkshire Council.
-
The works are generally at communal ground floor entrance area(s) to the front and/or rear of domestic properties. Types of properties include multi-storey tower blocks, low-rise blocks of flats, 4 in a block flats and other sites incorporating domestic properties where a controlled door entry system requires to be in operation.
-
The scope of works at each entrance area will comprise all or some of the following elements as confirmed on the Order issued by the Contract Administrator (CA):
- the replacement of existing controlled door entry systems and electronically operated communal entrance doors/ screens in metal or timber.
- replacement of entrance canopies.
- upgrading entrance lighting and emergency exit signage.
- the replacement/ upgrade of individual items to existing systems.
- external works (renewing/ extending concrete platts, access paths, stairs, ramps, handrails, fencing and the like.
- all associated electrical works, firestopping, builders work and asbestos removal associated with the works.
- making good all finishings, and flooring.
- obtaining planning consent/ building warrants where applicable.
-
Security door installations will require to be either timber or metal (steel) depending on the requirements of the site (high or low rise housing blocks/ sheltered housing / care homes and the like) and will be decided on a site- specific basis in conjunction with relevant legislative requirements.
-
The sites will either be fully owned by NLC or of a mixed-tenure composition. Specific details will be provided by the Employer on a site-specific basis.
-
All works are generally to occupied domestic properties but may include void domestic properties and/ or owner-occupied properties.
-
Contractor design responsibility comprises:
1. entrance door/ screens,
2. controlled entry systems
3. LV distribution, general lighting, emergency lighting and power to common entrance areas
4. below ground drainage where impacted by new entrance works, external works as required to comply with relevant building regulations.
II.2.5) Award criteria
Quality criterion - Name: Contractor Design / Weighting: 20
Quality criterion - Name: End User Satisfaction / Weighting: 15
Quality criterion - Name: Programme and Resource Allocation / Weighting: 20
Quality criterion - Name: Health and Safety and Environmental / Weighting: 15
Quality criterion - Name: Quality / Weighting: 10
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Community Benefits Methodology / Weighting: 10
Quality criterion - Name: Carbon Reduction Net Zero / Weighting: 5
Price - Weighting: 60
II.2.6) Estimated value
Value excluding VAT: £7,000,000
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
2028 - If contract extension periods NOT utilised
OR
2030 - If contract extension periods ARE utilised
II.2.10) Information about variants
Variants will be accepted: No
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.
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
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.
III.1.2) Economic and financial standing
List and brief description of selection criteria
SPDS Selection Criteria, Part IV, Section B: Economic and Financial Standing,
4B.6 , 4B.5.1b and 4B.5.2.
Minimum level(s) of standards possibly required
4B.6 -
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 of 1.00 and above.
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 0.50 and below.
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 of 1.25 and above. of higher figure than expected annual contract value.
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 aggregation.
3. Valid Vehicle Insurance
-
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.
III.1.3) Technical and professional ability
List and brief description of selection criteria
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 level(s) of standards possibly required
4C.1 -
Bidders should provide a minimum of two(2) examples of contractual arrangements they have held over the past three (3) years which best demonstrates their relevant experience to deliver requirements within the contract which were similar in regard to scope, scale, and duration (refer to SPD document for further detail). 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:
- NICEIC or SELECT registration and Competent Person Scheme (alternative accreditations may be provided and must be accompanied by documented evidence to demonstrate it is equivalent to NICEIC or SELECT).
Bidders identified for appointment to the contract will be required to provide evidence i.e. copies of professional certification / accreditation that demonstrates they meet the minimum requirements applied.
-
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 (Refer to Section 10 of ITT for further detail on points 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 (Refer to Section 10 of ITT for further detail on points 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.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
The Invitation to Tender (ITT) will contain the relevant contract performance conditions and requirements.
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the 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
4 December 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
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
4 December 2025
Local time
12:00pm
Place
North Lanarkshire Council, Civic Centre, Motherwell
Information about authorised persons and opening procedure
NLC Procurement Professionals via PCS portal.
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2028 - if extension periods are not utilised
or
2030 if the extension periods are utilised.
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
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 consensus 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.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at .
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
A sub-contract clause has been included in this contract. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
North Lanarkshire Council's policy on Community Benefits in procurement aims to consider whether Community Benefits can be included
where it is making capital investments or services/goods are being purchased.
-
An indication of the type of benefits which the Council expects is indicated within the ITT documents for this procurement exercise.
-
Bidders will be required to provide details within their tender submission of the Community Benefits they will deliver if their tender submission is successful. It should be noted that the Community Benefit commitments made at tender stage may form a contractual obligation.
(SC Ref:811307)
Download the ESPD document here:
VI.4) Procedures for review
VI.4.1) Review body
Scottish Courts
Edinburgh
Country
United Kingdom
