Section one: Contracting authority
one.1) Name and addresses
Falkirk Council
The Foundry, 4 Central Boulevard, Central Park
Larbert
FK5 4RU
Telephone
+44 1324506070
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
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 and Door Replacement Works, Phase 2
Reference number
VAR-8700
two.1.2) Main CPV code
- 45421100 - Installation of doors and windows and related components
two.1.3) Type of contract
Works
two.1.4) Short description
Falkirk Council will be seeking to procure works from contractors who are suitably qualified and experienced in the supply and installation of windows, doors and related components including minor repair works, plaster work, render work, replacement of pc cills, lintols and any associated maintenance during replacements.
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
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 will be seeking to procure works from contractors who are suitably qualified and experienced in the supply and installation of windows, doors and related components including minor repair works, plaster work, render work, replacement of pc cills, lintols and any associated maintenance during replacements.
The contract is to include works to Council owned housing stock, either individual or full property renewal of windows and doors. Contractor to include for associated surveys, measurement 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
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 and Maddiston)
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 - East area
two.2.4) Description of the procurement
Falkirk Council will be seeking to procure works from contractors who are suitably qualified and experienced in the supply and installation of windows, doors and related components including minor repair works, plaster work, render work, replacement of pc cills, lintols and any associated maintenance during replacements.
The contract is to include works to Council owned housing stock, either individual or full property renewal of windows and doors. Contractor to include for associated surveys, measurement 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
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
Central (Main Settlements - Bainsford, Falkirk, Hallglen and Langlees)
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 - Central area
two.2.4) Description of the procurement
Falkirk Council will be seeking to procure works from contractors who are suitably qualified and experienced in the supply and installation of windows, doors and related components including minor repair works, plaster work, render work, replacement of pc cills, lintols and any associated maintenance during replacements.
The contract is to include works to Council owned housing stock, either individual or full property renewal of windows and doors. Contractor to include for associated surveys, measurement 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
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.3) Estimated date of publication of contract notice
18 December 2025
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
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.
three.1.2) Economic and financial standing
List and brief description of selection criteria
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:
Minimum level(s) of standards possibly required
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
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.
three.1.3) Technical and professional ability
List and brief description of selection criteria
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.
Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements as described in this procurement exercise.
Bidders will be required to confirm that they will employ environmental management measures.
Minimum level(s) of standards possibly required
Bidders will be required to confirm their average annual manpower for the last three years and the number of managerial staff for the last three years.
Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements as described in this procurement exercise.
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Community benefits clauses will be included within this 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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.5) Scheduled date for start of award procedures
16 January 2026
Section six. Complementary information
six.3) Additional information
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=809206.
(SC Ref:809206)
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