Tender

Furniture Removal, Storage and Disposal, and Cleaning, including Specialist Cleaning

  • Stirling Council

F02: Contract notice

Notice identifier: 2025/S 000-044377

Procurement identifier (OCID): ocds-h6vhtk-056953

Published 30 July 2025, 3:28pm



Section one: Contracting authority

one.1) Name and addresses

Stirling Council

Procurement, Teith House

Stirling

FK7 7QA

Contact

Akshay Kumar

Email

kumara@stirling.gov.uk

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.stirling.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00146

one.3) Communication

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

https://www.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Furniture Removal, Storage and Disposal, and Cleaning, including Specialist Cleaning

Reference number

SC2425-0145

two.1.2) Main CPV code

  • 98392000 - Relocation services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council is seeking a suitable Service Provider(s) for the provision of Cleaning Services and Removal/Storage & Disposal Services for the properties falling under different categories (i.e. Homeless, Void, Tenanted).

The requirement is split into two Lots given below, where a Service Provider can either choose to submit a bid for either one or both the Lots.

- LOT 1 - CLEANING & SPECIALIST CLEANING SERVICES

- LOT 2 - REMOVAL/STORAGE & DISPOSAL SERVICES

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The requirement is split into two Lot - below, where a Service Provider can either choose to submit a bid for either one or both the Lots.

LOT 1 - CLEANING & SPECIALIST CLEANING SERVICES

LOT 2 - REMOVAL/STORAGE & DISPOSAL SERVICES

Each lot may be awarded individually, the Authority at its discretion, award both lots to a single supplier should the combined bid represent a significantly more economically advantageous solution than separate awards.

two.2) Description

two.2.1) Title

Cleaning & Specialist Cleaning Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 90911200 - Building-cleaning services
  • 90910000 - Cleaning services
  • 90911000 - Accommodation, building and window cleaning services
  • 90911100 - Accommodation cleaning services
  • 90690000 - Graffiti removal services
  • 90921000 - Disinfecting and exterminating services
  • 90924000 - Fumigation services

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Stirling and also within Stirling's Boundaries

two.2.4) Description of the procurement

This Lot covers the provision of cleaning services for void, temporary, and tenanted properties. The service includes standard and deep cleans, trauma and fire damage cleaning, needle sweeps, and carpet/upholstery cleaning. Additional tasks may include house clearances, odour neutralisation, graffiti removal, and close cleaning of communal areas. The contractor will also manage bag and tag processes and inventory documentation for personal belongings in temporary accommodation. Services must be delivered to meet property turnaround deadlines and in compliance with health and safety and environmental standards.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 30

Quality criterion - Name: Contract Challenges / Weighting: 20

Quality criterion - Name: Health & Safety / Weighting: 15

Quality criterion - Name: Business Continuity / Weighting: 10

Quality criterion - Name: Project Team / Weighting: 10

Quality criterion - Name: Key Performance Indicators / Weighting: 10

Quality criterion - Name: Community Benefits / Weighting: 5

Price - Weighting: 60

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

two.2.14) Additional information

Referring to II.2.5, Price weighting is 60 percent and Quality is 40 percent.

two.2) Description

two.2.1) Title

Removal/Storage & Disposal Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 98392000 - Relocation services
  • 39173000 - Storage units
  • 44613400 - Storage containers
  • 63120000 - Storage and warehousing services
  • 63121000 - Storage and retrieval services
  • 90513100 - Household-refuse disposal services

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Stirling and also within Stirling's Boundaries.

two.2.4) Description of the procurement

This Lot covers the provision of removal, storage, and disposal services for void, homeless, and tenanted properties. Services include packing, inventory management, transport, secure storage, and compliant disposal of household items. The contractor will also support temporary and permanent tenant relocations, including disconnection/reconnection of white goods and floor covering handling. All services must be delivered in line with health and safety regulations, with flexibility to respond to emergency and ad-hoc requests across Council-owned properties.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 30

Quality criterion - Name: Contract Challenges / Weighting: 20

Quality criterion - Name: Health & Safety / Weighting: 15

Quality criterion - Name: Business Continuity / Weighting: 10

Quality criterion - Name: Project Team / Weighting: 10

Quality criterion - Name: Key Performance Indicators / Weighting: 10

Quality criterion - Name: Community Benefits / Weighting: 5

Price - Weighting: 60

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

two.2.14) Additional information

Referring to II.2.5, Price weighting is 60 percent and Quality is 40 percent.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


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

Date

1 September 2025

Local time

12:00pm

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: 5 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

1 September 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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=802437.

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.

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:

Please refer to invitation to tender documents

(SC Ref:802437)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=802437

six.4) Procedures for review

six.4.1) Review body

Stirling Sheriff Court

Stirling

Country

United Kingdom