MTC for Replacement Controlled Door Entry Systems; 2026 - 2030 (HO DE 25 060)

A Tender Notice
by NORTH LANARKSHIRE COUNCIL

Source
Find a Tender
Type
Contract (Works)
Duration
4 year
Value
7M
Sector
INDUSTRIAL
Published
04 Nov 2025
Delivery
To 07 Apr 2030 (est.)
Deadline
04 Dec 2025 12:00

Related Terms

Location

Within the geographical boundaries of North Lanarkshire Council area

Geochart for 2 buyers and 0 suppliers

2 buyers

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.

Total Quantity or Scope

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.

Renewal Options

2028 - If contract extension periods NOT utilised OR 2030 - If contract extension periods ARE utilised

Award Criteria

Contractor Design 20.0
End User Satisfaction 15.0
Programme and Resource Allocation 20.0
Health and Safety and Environmental 15.0
Quality 10.0
Fair Work First 5.0
Community Benefits Methodology 10.0
Carbon Reduction Net Zero 5.0
PRICE 60.0

CPV Codes

  • 45310000 - Electrical installation work
  • 35121000 - Security equipment
  • 42961100 - Access control system
  • 45210000 - Building construction work
  • 45000000 - Construction work

Indicators

  • Bids should cover the whole contract.
  • This is a recurring contract.
  • Renewals are available.
  • Financial restrictions apply.
  • Performance considerations apply.
  • Professional qualifications are sought.
  • Award on basis of price.

Other 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. 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=811307. 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-pr... 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: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=811307

Reference

  • FTS 071019-2025

Domains