Furniture Removal, Storage, Design and Move Management Framework Agreement
A Tender Notice
by THE CITY OF EDINBURGH COUNCIL
- Source
- Find a Tender
- Type
- Framework (Services)
- Duration
- 4 year
- Value
- 4M
- Sector
- FACILITY
- Published
- 23 Jan 2026
- Delivery
- To 23 Feb 2030 (est.)
- Deadline
- 23 Feb 2026 12:00
Related Terms
Location
Edinburgh
2 buyers
- City of Edinburgh Council Edinburgh
Description
The Council has a requirement for a Multi-lot Framework Agreement for the provision of Furniture Removals and Storage, Design and Move Management services. It is expected that the new Framework Agreement shall operate from May 2026 for a period of four years with no option to extend. The Council’s aim is to appoint a number of Contractors to deliver the above services. Please note that the estimated framework value is subject to anticipated demand and the Council can not guarantee the volume of business.
Lot Division
| 1 | Furniture Removal and Ethical Disposal Lot 1 - project based removal and ethical disposal of old furniture and assistance with delivery, set-up, dismantle and removal of furniture for large scale events e.g. Elections occupied by the Council and partners such as CGI, National Health Service, Police Scotland and Scottish Fire. |
| 2 | Temporary Accommodation Service Furniture Removal, Transfer and Storage Lot 2 - Temporary Accommodation Services is a statutory service within the Council which provides accommodation and support for around 5,000 homeless people per year. A significant number of those customers require assistance with the removal, transfer and storage of belongings. The Contractor would be required to assist tenants with the removal, transfer and storage of belongings and sometimes for an unspecified amount of time. |
| 3 | Design and Move Management Lot 3 - Fully design, manage and provide advice/support to Council staff or project teams that are responsible for the relocation of staff and services to ensure relocations are carried out efficiently and cost effectively with minimum disruption or down time to business. Relocation of staff with associated furniture, equipment and resources. |
Award Criteria
| Quality | 40.0 |
| PRICE | 60.0 |
CPV Codes
- 63120000 - Storage and warehousing services
- 60180000 - Hire of goods-transport vehicles with driver
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 63121000 - Storage and retrieval services
- 63121100 - Storage services
- 60183000 - Hire of vans with driver
- 60181000 - Hire of trucks with driver
- 79934000 - Furniture design services
- 98392000 - Relocation services
- 79932000 - Interior design services
- 79930000 - Specialty design services
- 71242000 - Project and design preparation, estimation of costs
- 72224000 - Project management consultancy services
Indicators
- Bids should cover one or more lots.
- Bids should cover the whole contract.
- This is a recurring contract.
- Renewals are not available.
- Financial restrictions apply.
- Award on basis of price.
Other Information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. CONTRACT SPECIFIC MANDATORY CRITERIA Part IV: Selection criteria - C: Technical and Professional Ability – Prompt Payment – Question 4C.4 - It is a mandatory requirement of this Contract that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. Bidders should confirm that this condition will be met within the response to this question. Part IV: Selection criteria - C: Technical and Professional Ability – Living Wage Payment – Question 4C.5 - Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the Contract, (including any agency or sub-contractor staff) directly involved in the delivery of the Contract, at least the real Living Wage. Part IV: Selection criteria - C: Environmental Management Measures – Question 4C.7 – Tenderers will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to: A completed copy of “Appendix A Climate Change Plan” including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions. Please note Appendix A is supplied as an individual document for completion. Where a Tenderer’s response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition. Part IV: Selection criteria - D: Health and Safety – Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31019. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 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-pr... A summary of the expected community benefits has been provided as follows: For details, refer to the tender document - CT1656 Appendix B Community Benefits Guidance (SC Ref:821277)
Reference
- FTS 006263-2026