Section one: Contracting authority
one.1) Name and addresses
Falkirk Council
The Foundry, 4 Central Boulevard, Central Park
Falkirk
FK5 4RU
Contact
Neil Anderson
Telephone
+44 1324504881
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://www.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Window & Door Replacements, Phase 2, Falkirk Council Area
Reference number
VAR-8700
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Window & Door Replacements, Phase 2, Falkirk Council Area
two.1.5) Estimated total value
Value excluding VAT: £60,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Central (Main Settlements - Bainsford, Camelon, Falkirk, Hallglen, Langlees and Westquarter)
Lot No
1
two.2.2) Additional CPV code(s)
- 44221000 - Windows, doors and related items
- 45421100 - Installation of doors and windows and related components
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk - Central Area
two.2.4) Description of the procurement
Falkirk Council is seeking to procure works from contractors who are suitably qualified and experienced in the supply and installation of doors, windows & related components including minor builders work, minor repair, plasterwork, render, cills, trims or maintenance associated during replacements.
The contract is to include works to Council owned housing stock either individual or full property renewal of windows and doors. To include for associated surveys, measure and design of replacements.
The contract is for a period of 5 years
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
East (Main Settlements - Bo'ness, Grangemouth, Maddiston and Redding)
Lot No
2
two.2.2) Additional CPV code(s)
- 44221000 - Windows, doors and related items
- 45421100 - Installation of doors and windows and related components
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk - East Area
two.2.4) Description of the procurement
Falkirk Council is seeking to procure works from contractors who are suitably qualified and experienced in the supply and installation of doors, windows & related components including minor builders work, minor repair, plasterwork, render, cills, trims or maintenance associated during replacements.
The contract is to include works to Council owned housing stock either individual or full property renewal of windows and doors. To include for associated surveys, measure and design of replacements.
The contract is for a period of 5 years
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
West (Main Settlements - Denny, Dunipace and Larbert)
Lot No
3
two.2.2) Additional CPV code(s)
- 44221000 - Windows, doors and related items
- 45421100 - Installation of doors and windows and related components
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk - West Area
two.2.4) Description of the procurement
Falkirk Council is seeking to procure works from contractors who are suitably qualified and experienced in the supply and installation of doors, windows & related components including minor builders work, minor repair, plasterwork, render, cills, trims or maintenance associated during replacements.
The contract is to include works to Council owned housing stock either individual or full property renewal of windows and doors. To include for associated surveys, measure and design of replacements.
The contract is for a period of 4 years
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As per criteria stated in the procurement documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-073266
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 March 2026
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
31 March 2026
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
As stated in the procurement documents
2D.1.2 Please provide a separate SPD response (Sections A and B of Part II and Part III) for each subcontractor.
4A.1; 4A.1.1. If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Council’s satisfaction that they are trading from the address provided in the tender and under the Company name given. Where the bidder is not UK based they must be able to verify to the Council’s satisfaction that they are trading from the address provided in the tender and under the Company name given.
4B.5.1; 4B.5.2; 4B.5.3. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 10 Million GBP
Public Liability Insurance = 10 Million GBP
Professional Indemnity Insurance = 5 Million GBP
Product Liability Insurance = 10 Million GBP
http://www.hse.gov.uk/pubns/hse40.pdf
4B.6; 4B.6.1. A Creditsafe credit scoring check will be ran on registered Company Name and Company Number provided by the bidder. Where the resulting Credit Rating score is less than 30/100 the bidder may be excluded from the tender process unless suitable financial information is provided that gives satisfactory assurances to the Council regarding financial risk in appointing the bidder to the contract
4C.1; 4C.1.1. Bidders will be required to provide 2 examples from the past 5 years that demonstrate that they have the relevant experience to deliver the services/ supplies as described in this procurement exercise.
4D.1; 4D.2. Refer to Statements in Relation to the ESPD (Scotland) Questions.
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=824516.
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:
As stated in the procurement documents
(SC Ref:824516)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=824516
six.4) Procedures for review
six.4.1) Review body
Falkirk Sheriff Court and Justice of the Peace
Sheriff Court House Main Street Camelon
Falkirk
FK1 4AR
Telephone
+44 1324678238
Country
United Kingdom