Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

HO MR 24 066 / NLC-SLP-25-124: Revised December 2025 Issue Lanark County Council - Swedish Timbers Full Project Works Package

  • Cyhoeddwyd gyntaf: 12 Rhagfyr 2025
  • Wedi'i addasu ddiwethaf: 12 Rhagfyr 2025
  • Fersiwn: N/A
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Eicon Gwybodaeth
Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-05f362
Cyhoeddwyd gan:
North Lanarkshire Council
ID Awudurdod:
AA20183
Dyddiad cyhoeddi:
12 Rhagfyr 2025
Dyddiad Cau:
23 Ionawr 2026
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The proposed works will comprise removal of existing timber external wall cladding, new external wall insulated render system, removal of concrete tiles and membrane, extending roof structure at eaves and verges as required, internal insulation to roof spaces; reduce in height and capping of chimney to below roof level, remove and replace sarking as required and new membrane and concrete roof tiles, strip existing and provide new gutters and downpipes, remove existing external doors and windows and replace with triple glazed doors and windows, installation of inline PV’s and alteration of all effected services, resultant external works. Structural check, asbestos and rot survey/treatment as required.

Our Tenants will remain within the properties during the duration of the works.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

UK

Person cyswllt: Lewis Crainie

Ffôn: +44 3451430015

E-bost: contractstrategy@northlan.gov.uk

NUTS: UKM84

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.northlanarkshire.gov.uk/

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

www.publiccontractsscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

www.publiccontractsscotland.gov.uk


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Tai ac amwynderau cymunedol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

HO MR 24 066 / NLC-SLP-25-124: Revised December 2025 Issue Lanark County Council - Swedish Timbers Full Project Works Package

II.1.2) Prif god CPV

45000000

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

The proposed works will comprise removal of existing timber external wall cladding, new external wall insulated render system, removal of concrete tiles and membrane, extending roof structure at eaves and verges as required, internal insulation to roof spaces; reduce in height and capping of chimney to below roof level, remove and replace sarking as required and new membrane and concrete roof tiles, strip existing and provide new gutters and downpipes, remove existing external doors and windows and replace with triple glazed doors and windows, installation of inline PV’s and alteration of all effected services, resultant external works. Structural check, asbestos and rot survey/treatment as required.

Our Tenants will remain within the properties during the duration of the works.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 8 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

45261410

45320000

45210000

45260000

45262700

45300000

II.2.3) Man cyflawni

Cod NUTS:

UKM84

II.2.4) Disgrifiad o’r caffaeliad

North Lanarkshire Council wishes to establish a Contract for energy efficiency retrofit works of Lanark County Council - Swedish Timbers Full Project Works Package

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Programme / Pwysoliad: 25%

Maes prawf ansawdd: Project Team / Pwysoliad: 20%

Maes prawf ansawdd: Health Safety and Environmental / Pwysoliad: 10%

Maes prawf ansawdd: Quality / Pwysoliad: 15%

Maes prawf ansawdd: End User Satisfaction / Pwysoliad: 10%

Maes prawf ansawdd: Carbon Reduction / Net Zero / Pwysoliad: 5%

Maes prawf ansawdd: Fair Work First / Pwysoliad: 5%

Maes prawf ansawdd: Community Benefits Methodology / Pwysoliad: 10%

Price / Pwysoliad:  60

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 8 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 17

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Candidates should refer to the ITT

-

Failure to comply with the instructions contained within the ITT may result in a Candidate's submission being rejected

-

QUESTIONS DEADLINE: 17:00 16/01/2026

-

Please note overall scoring equates to price weighting of 60 and quality weighting of 40. Within the 40% Quality Weighting, subsections and weightings are outlined under II.2.5) Award criteria

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

4A1 -

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) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

SPDS Selection Criteria, Part IV, Section B: Economic and Financial Standing,

4B5A, 4B5B, 4B5C and 4B6.


Lefel(au) gofynnol y safonau sydd eu hangen:

4B5A-

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: 2,000,000 GBP in the aggregate amount for any one period of insurance.

-

4B5B-

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.

-

4B5C -

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.

-

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.

-

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.

The acceptable date range for “Turnover Ratio Test” financial ratio shall be the Bidders most recent financial year where fully audited accounts are available.

-

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) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

SPDS Selection Criteria, Part IV Section C: Technical and Professional Ability, 4C1, 4C4, 4C6, 4C10 and SPDS Selection Criteria, Part IV Section D: Quality Assurance Schemes and Environmental Management Standards, 4D1, 4D2.

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 4C4, 4D1 and 4D2 are set out in full in the SPDS.


Lefel(au) gofynnol y safonau sydd eu hangen:

4C1 -

Bidders should provide 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 (refer to SPD document for further detail). Bidders must achieve an overall combined minimum score requirement of 70.

Only the first two examples submitted will be assessed. 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.

-

4C4 -

Should bidders intend to use a supply chain to deliver part, or all of the requirements detailed within the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain (refer to SPD document for further detail).

Bidders who fail to confirm they have the systems in place to pay subcontractors through their supply chain promptly and effectively will be assessed as FAIL and be excluded from the Procurement.

Where Bidders confirm that they do have systems in place to pay subcontractors through their supply chain promptly and effectively will be assessed as a PASS with the Council reserving the right to request copies of their standard payment terms, processing figures etc. to corroborate their confirmation.

-

4C6 -

Bidders will be required to confirm and provide proof that at least one of their employees has the following relevant educational and professional qualifications:

- Member of the National Council for Electrical Installation Contracting (NICEIC) OR Electrical Contractors Association of Scotland (SELECT)

- Gas Safe Registered

- PAS 2030 Accredited

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.

-

4D1 -

-

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.

4D2 -

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) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

The Invitation to Tender (ITT) pack will contain the relevant contract performance conditions and requirements.

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 23/01/2026

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 23/01/2026

Amser lleol: 12:00

Place:

North Lanarkshire Council, Civic Centre, Motherwell

Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:

NLC Procurement Professionals via PCS portal.

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

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 https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=817704.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

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:817704)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=817704

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Scottish Courts

Edinburgh

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

11/12/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
45262700 Gwaith addasu adeiladau Gwaith adeiladu crefftau arbennig heblaw gwaith toi
45000000 Gwaith adeiladu Adeiladu ac Eiddo Tiriog
45210000 Gwaith adeiladu adeiladau Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil
45300000 Gwaith gosod ar gyfer adeiladau Gwaith adeiladu
45320000 Gwaith inswleiddio Gwaith gosod ar gyfer adeiladau
45261410 Gwaith inswleiddio toeau Gwaith codi fframiau a gorchuddion to a gwaith cysylltiedig
45260000 Gwaith toi a chrefftau adeiladu arbennig eraill Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
contractstrategy@northlan.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.