黑料社

Construction Tenders

07 April 2026

Related Information

Construction Contract Leads

Scotland

Category Works

Type Tender

No. of Lots 3

Status Active

Published 26th Feb 2026

Tender Details
Referenceocds-h6vhtk-05dfcf
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£60,000,000
« Previous Page

Scotland

Category Works

Type Tender

No. of Lots 3

Status Active

Published 26th Feb 2026

Tender Details
Referenceocds-h6vhtk-05dfcf
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£60,000,000

Section I: Contracting authority

I.1) Name and addresses

Falkirk Council

The Foundry, 4 Central Boulevard, Central Park

Falkirk

FK5 4RU

Contact

Neil Anderson

Email

neil.anderson [at] falkirk.gov.uk

Telephone

+44 1324504881

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

Buyer's address

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Window & Door Replacements, Phase 2, Falkirk Council Area

Reference number

VAR-8700

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

Window & Door Replacements, Phase 2, Falkirk Council Area

II.1.5) Estimated total value

Value excluding VAT: 拢60,000,000

II.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

II.2) Description

II.2.1) Title

Central (Main Settlements - Bainsford, Camelon, Falkirk, Hallglen, Langlees and Westquarter)

Lot No

1

II.2.2) Additional CPV code(s)

  • 44221000 - Windows, doors and related items
  • 45421100 - Installation of doors and windows and related components

II.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk
Main site or place of performance

Falkirk - Central Area

II.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

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

East (Main Settlements - Bo'ness, Grangemouth, Maddiston and Redding)

Lot No

2

II.2.2) Additional CPV code(s)

  • 44221000 - Windows, doors and related items
  • 45421100 - Installation of doors and windows and related components

II.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk
Main site or place of performance

Falkirk - East Area

II.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

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

West (Main Settlements - Denny, Dunipace and Larbert)

Lot No

3

II.2.2) Additional CPV code(s)

  • 44221000 - Windows, doors and related items
  • 45421100 - Installation of doors and windows and related components

II.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk
Main site or place of performance

Falkirk - West Area

II.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

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.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

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.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 IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-073266

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

31 March 2026

Local time

2:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.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)

IV.2.7) Conditions for opening of tenders

Date

31 March 2026

Local time

2:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.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鈥檚 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鈥檚 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鈥檚 (Compulsory) Liability Insurance = 10 Million GBP

Public Liability Insurance = 10 Million GBP

Professional Indemnity Insurance = 5 Million GBP

Product Liability Insurance = 10 Million GBP

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

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at

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:

Community benefits are included in this requirement. For more information see:

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:

VI.4) Procedures for review

VI.4.1) Review body

Falkirk Sheriff Court and Justice of the Peace

Sheriff Court House Main Street Camelon

Falkirk

FK1 4AR

Email

falkirk [at] scotcourts.gov.uk

Telephone

+44 1324678238

Country

United Kingdom

Internet address