Planning

Window and Door Replacement Works, Phase 2

  • Falkirk Council

F01: Prior information notice (reducing time limits for receipt of tenders)

Notice identifier: 2025/S 000-073266

Procurement identifier (OCID): ocds-h6vhtk-05dfcf

Published 12 November 2025, 3:33pm



Section one: Contracting authority

one.1) Name and addresses

Falkirk Council

The Foundry, 4 Central Boulevard, Central Park

Larbert

FK5 4RU

Email

neil.anderson@falkirk.gov.uk

Telephone

+44 1324506070

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

http://www.falkirk.gov.uk

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

Email

falkirk@scotcourts.gov.uk

Telephone

+44 1324678238

Country

United Kingdom

Internet address

http://www.falkirk.gov.uk