ÂÜÀòÔ­´´

ÂÜÀòÔ­´´ Tenders

05 May 2026

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type Tender

No. of Lots 12

Status Active

Published 21st Apr 2026

Tender Details
Referenceocds-h6vhtk-065723
Common Procurement VocabularyArchitectural, engineering and planning services
Procurement MethodRestricted procedure
Value£40,000,000
« Previous Page

United Kingdom

Category Services

Type Tender

No. of Lots 12

Status Active

Published 21st Apr 2026

Tender Details
Referenceocds-h6vhtk-065723
Common Procurement VocabularyArchitectural, engineering and planning services
Procurement MethodRestricted procedure
Value£40,000,000

Section I: Contracting authority

I.1) Name and addresses

The Wheatley Housing Group Limited

25 Cochrane Street

Glasgow

G1 1HL

Email

Procurement [at] wheatley-group.com

Telephone

+44 7770566894

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

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

Body governed by public law

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Wheatley Group Technical Consultancy Services Framework

Reference number

PR0079

II.1.2) Main CPV code

  • 71240000 - Architectural, engineering and planning services

II.1.3) Type of contract

Services

II.1.4) Short description

This framework will provide key construction consultancy services across the Wheatley Group’s programme. It will enable the delivery of investment in existing homes and neighbourhoods, new build and regeneration priorities, and the wider requirements of the Group, including but not limited to planned maintenance projects, extensions, adaptations, and redevelopment of existing properties. It is anticipated the tender opportunity will be a Multi-Lot Framework Agreement for the provision of construction consultancy services comprising of the following 12 lots. However, the Wheatley

Group reserves the right to amend.

Lot 1 ÂÜÀòÔ­´´ Project Managers

Lot 2 Architect

Lot 3 Landscape Architect

Lot 4 Structural & Civil Engineer

Lot 5 Mechanical & Electrical Engineer

Lot 6 Quantity Surveyor & Employers Agent

Lot 7 Multi-disciplinary Design Team

Lot 8 CDM Advisor

Lot 9 Clerk of Works

Lot 10 Energy Advisor

Lot 11 Planning Consultant

Lot 12 Fire Engineering - Single Building Assesments

II.1.5) Estimated total value

Value excluding VAT: £40,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Architects

Lot No

2

II.2.2) Additional CPV code(s)

  • 71251000 - Architectural and building-surveying services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71222000 - Architectural services for outdoor areas
  • 71223000 - Architectural services for building extensions

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

This Lot seeks suitably qualified architectural practices to provide Architectural services through all RIBA Plan of Work 2020 stages, principally for the delivery of new build housing across all affordable tenures but with potential to include rehabilitation of existing properties, extensions, adaptations and planned maintenance, community facilities, commercial space and office space. Projects will range in size, tenure and type; principally delivering mainstream affordable housing (houses and flats) but with potential to include for particular needs. Projects will range in location including urban, suburban and rural contexts and existing, growth and regeneration areas.

The Lot also seeks the provision of Principal Designer service where the bidder can demonstrate the necessary competence and experience to deliver this role under the ÂÜÀòÔ­´´ (Design and Management) Regulations 2015.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Initial 3 years + optional 1 year extension

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 10

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

Construction Project Managers

Lot No

1

II.2.2) Additional CPV code(s)

  • 71251000 - Architectural and building-surveying services
  • 71240000 - Architectural, engineering and planning services
  • 71541000 - ÂÜÀòÔ­´´ project management services
  • 72224000 - Project management consultancy services

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

This lot seeks 3 suitably qualified Project Managers to provide services through all RIBA Plan of Work 2020 stages. The role will principally for the delivery of new build housing across all affordable tenures but with potential to include infrastructure contracts, masterplan phase only, rehabilitation of existing properties, extensions, adaptations and planned maintenance, community facilities, commercial space and office space. Projects will range in size, tenure and type. Projects will also range in location including urban, suburban and rural contexts and will be located in existing communities, growth and regeneration areas.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Initial period of 3 years plus optional 1 year extension.

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 10

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

Landscape Architect

Lot No

3

II.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71220000 - Architectural design services
  • 71222000 - Architectural services for outdoor areas
  • 71223000 - Architectural services for building extensions
  • 71221000 - Architectural services for buildings

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

This Lot seeks suitably qualified landscape architecture practices to provide Landscape Architecture services through all RIBA Plan of Work 2020 stages, principally for the delivery of new build housing across all affordable tenures but with potential to include rehabilitation of existing properties, extensions, adaptations and planned maintenance, community facilities, commercial space and office space. Projects will range in size, tenure and type; principally delivering mainstream affordable housing (houses and flats) but with potential to include for particular needs. Projects will range in location including urban, suburban and rural contexts and existing, growth and regeneration areas.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

3 years + optional 1 year extension

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 10

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

Civil & Structural Engineers

Lot No

4

II.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71311100 - Civil engineering support services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71312000 - Structural engineering consultancy services

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

This Lot seeks suitably qualified civil and structural engineering practices to provide Civil and Structural Engineering services through all RIBA Plan of Work 2020 stages, principally for the delivery of new build housing across all affordable tenures but with potential to include rehabilitation of existing properties, extensions, adaptations and planned maintenance, community facilities, commercial space and office space. Projects will range in size, tenure and type; principally delivering mainstream affordable housing (houses and flats) but with potential to include for particular needs. Projects will range in location including urban, suburban and rural contexts and existing, growth and regeneration areas.

The Lot also seeks the provision of Principal Designer service where the bidder can demonstrate the necessary competence and experience to deliver this role under the ÂÜÀòÔ­´´ (Design and Management) Regulations 2015.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

3 years + optional 1 year extension

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 10

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

Mechanical & Electrical Engineer

Lot No

5

II.2.2) Additional CPV code(s)

  • 71333000 - Mechanical engineering services
  • 45315100 - Electrical engineering installation works

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

This Lot seeks suitably qualified Mechanical and Electrical Engineering practices to provide Mechanical and Electrical Engineering services through all RIBA Plan of Work 2020 stages, principally for the delivery of new build housing across all affordable tenures but with potential to include rehabilitation of existing properties, extensions, adaptations and planned maintenance, community facilities, commercial space and office space. Projects will range in size, tenure and type; principally delivering mainstream affordable housing (houses and flats) but with potential to include for particular needs.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £6,400,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

3 years + optional 1 year extension

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 10

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

Quantity Surveyor & Employers Agent

Lot No

6

II.2.2) Additional CPV code(s)

  • 71324000 - Quantity surveying services
  • 71315300 - Building surveying services
  • 71250000 - Architectural, engineering and surveying services
  • 71251000 - Architectural and building-surveying services
  • 71322100 - Quantity surveying services for civil engineering works

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

This Lot seeks suitably qualified Surveying practices to provide Quantity Surveying and Employer’s Agent services through all RIBA Plan of Work 2020 stages, principally for the delivery of new build housing across all affordable tenures but with potential to include rehabilitation of existing properties, extensions, adaptations and planned maintenance, community facilities, commercial space and office space. Projects will range in size, tenure and type; principally delivering mainstream affordable housing (houses and flats) but with potential to include for particular needs. Projects will range in location including urban, suburban and rural contexts and existing, growth and regeneration areas.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

3 years + optional 1 year extension

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 10

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

Multi-Disciplinary Design Team

Lot No

7

II.2.2) Additional CPV code(s)

  • 71220000 - Architectural design services
  • 71320000 - Engineering design services
  • 71242000 - Project and design preparation, estimation of costs

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

This Lot seeks 6 suitably qualified architectural practices to provide Lead Consultant and Architectural services and assemble, lead and manage a design team including Engineers, Landscape Architects and Principal Designers etc through all RIBA Plan of Work 2020 stages, principally for the delivery of new build housing across all affordable tenures but with potential to include rehabilitation of existing properties, extensions, adaptations and planned maintenance, community facilities, commercial space and office space. Projects will range in size, tenure and type; principally delivering mainstream affordable housing (houses and flats) but with potential to include for particular needs. Projects will range in location including urban, suburban and rural contexts and existing, growth and regeneration areas.

The Lot also seeks the provision of Principal Designer service where the bidder can demonstrate the necessary competence and experience to deliver this role under the ÂÜÀòÔ­´´ (Design and Management) Regulations 2015.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

3 years + optional 1 year extension

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 10

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

CDM Advisor

Lot No

8

II.2.2) Additional CPV code(s)

  • 71317200 - Health and safety services
  • 71317210 - Health and safety consultancy services

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

This Lot seeks suitably qualified CDM Advisor to provide ÂÜÀòÔ­´´ Design and Management Advisory services through all RIBA Plan of Work 2020 stages, principally for the delivery of new build housing across all affordable tenures but with potential to include rehabilitation of existing properties, extensions, adaptations and planned maintenance, community facilities, commercial space and office space. Projects will range in size, tenure and type; principally delivering mainstream affordable housing (houses and flats) but with potential to include for particular needs. Projects will

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

3 years + optional 1 year extension

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 10

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

Clerk of Works

Lot No

9

II.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71315400 - Building-inspection services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

This Lot seeks suitably qualified Clerk of Works practices to provide Clerk of Works services through all RIBA Plan of Work 2020 stages, principally for the delivery of new build housing across all affordable tenures but with potential to include rehabilitation of existing properties, extensions, adaptations and planned maintenance, community facilities, commercial space and office space. Projects will range in size, tenure and type; principally delivering mainstream affordable housing (houses and flats) but with potential to include for particular needs. Projects will range in location including urban, suburban and rural contexts and existing, growth and regeneration areas

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

3 years + optional 1 year extension

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 10

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

Energy Advisor

Lot No

10

II.2.2) Additional CPV code(s)

  • 71314200 - Energy-management services
  • 71314000 - Energy and related services
  • 71314300 - Energy-efficiency consultancy services

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

This lot seeks to appoint suitably qualified Energy and Sustainability Consultant Practices, herein referred to as the ‘Consultant,’ for the provision of approved certifier of design - Domestic and/or non-domestic. In addition, services will include the provision of Options Appraisal, SAP calculations for Building Regulations and the production of Energy Performance Certificates from a Government-approved accreditation scheme.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

3 years + optional 1 year extension

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 10

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

Planning Consultant

Lot No

11

II.2.2) Additional CPV code(s)

  • 71240000 - Architectural, engineering and planning services
  • 71356400 - Technical planning services
  • 71400000 - Urban planning and landscape architectural services
  • 71410000 - Urban planning services

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

This Lot seeks three suitably qualified Planning practices to provide Planning services through the planning process, principally for the delivery of new build housing across all affordable tenures but with potential to include rehabilitation of existing properties, extensions, adaptations and planned maintenance, community facilities, commercial space and office space. Projects will range in size, tenure and type; principally delivering mainstream affordable housing (houses and flats) but with potential to include for particular needs. Projects will range in location including urban, suburban and rural contexts and existing, growth and regeneration areas.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

3 years + optional 1 year extension

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 10

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

Fire Engineering - Single Building Assessments

Lot No

12

II.2.2) Additional CPV code(s)

  • 71317100 - Fire and explosion protection and control consultancy services
  • 71250000 - Architectural, engineering and surveying services
  • 75251110 - Fire-prevention services
  • 71300000 - Engineering services

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

This Lot seeks up to 7 suitably qualified Fire Engineers to provide Single Building Assessments (SBAs) in accordance with Scottish Government requirements. Services will principally relate to existing residential buildings across a range of affordable housing tenures and will include the assessment of fire safety risks, including external wall systems and internal fire safety measures. Buildings will vary in height, construction type, age and complexity. Projects may be located across urban, suburban and rural settings, including existing communities and regeneration areas.

The Fire Engineers may be required to provide other survey services outwit the Single Building Assessment scope.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

3 years + optional 1 year extension

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 10

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

Lot 1 ÂÜÀòÔ­´´ Project Managers - APM/CIOB/RICS

Lot 2 Architects - RIAS/RIBA/ARB

Lot 3 Landscape Architects - CMLI

Lot 4 Structural & Civil Engineers - IEng/CEng MICE

Lot 5 Mechanical & Electrical Engineers - IMechE/IET

Lot 6 Quantity Surveyor & Employers Agents - MRICS

Lot 7 Multi-disciplinary Design Teams - Membership of professional Institute as required (e.g. RIAS/RIBA, MICE, MRICS)

Lot 8 CDM Advisors - Membership of professional Institute as required (e.g. ARB, MICE, MRICS etc.)

Lot 9 Clerks of Works - ICWCI/CIOB

Lot 10 Energy Advisors - N/A

Lot 11 Planning Consultants - RTPI

Lot 12 - Fire Engineering - SBA - IFE/CIBSE and Listed on Scottish Government List of authorised SBA providers

III.1.2) Economic and financial standing

List and brief description of selection criteria

1) Credit Rating [Pass/Fail]:

Tenderers must hold a current Equifax (or equivalent) credit rating score of D+ or above. WHG will utilise Equifax to assist in its determination of the organisation’s financial status and risk. It is recommended that Tenderers review their own Equifax Score in advance of submitting their Tender submission. If, following this review, Tenderers consider that the Equifax Score does not reflect their current financial status, the Tenderer should attach a documentation to their tender submission, clearly referenced, giving a detailed explanation, together with any relevant supporting independent evidence.

[Further information contained in the procurement documents]

2) Insurance Cover [Pass/Fail]

Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below.

Minimum level(s) of standards possibly required

Lot 1 ÂÜÀòÔ­´´ Project Managers - GBP5m PI, GBP5m EL, GBP5m PL

Lot 2 Architects - GBP5m PI, GBP5m EL, GBP5m PL;

Lot 3 Landscape Architects - GBP1m PI, GBP5m EL, GBP5m PL

Lot 4 Structural & Civil Engineers - GBP10m PI, GBP5m EL, GBP5m PL

Lot 5 Mechanical & Electrical Engineers - GBP5m PI, GBP5m EL, GBP5m PL

Lot 6 Quantity Surveyor & Employers Agents - GBP5m, GBP5m EL, GBP5m PL

Lot 7 Multi-disciplinary Design Teams GBP10m PI, GBP5m EL, GBP5m PL

Lot 8 CDM Advisors - GBP5m PI, GBP5m EL, GBP5m PL

Lot 9 Clerks of Works - GBP5m EL, GBP5m PL

Lot 10 Energy Advisors - GBP1m PI, GBP5m EL, GBP5m PL

Lot 11 Planning Consultants - GBP1m PI, GBP5m EL, GBP5m PL

Lot 12 Fire Engineering - SBA - GBP5m PI, GBP5m EL, GBP5m PL

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

See ITT Documents

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

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

IV.1.6) Information about electronic auction

An electronic auction will be used

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: 2026/S 000-014804

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

Date

22 May 2026

Local time

5:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

31 July 2026

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


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

This Framework will be procured on behalf of the Wheatley Group and its current subsidiaries. Any additional subsidiary companies of the Group that may be added during the period of the Framework will have the ability to also utilise this Framework Agreement. The duration of this Framework will be 36 months with the option to extend by a period of 12 months at the sole discretion of the Wheatley Group.

The Group reserves the right to call-off from the framework, on behalf of other organisations that it is in partnership with while delivering on joint projects.

One Appendix 3 - Quality Questions must be completed and be specific to each lot tendered.

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:

Employment and training opportunities

Environmental or sustainability initiatives, particularly those that enhance the immediate environment of Wheatley Communities such as:

Greening or biodiversity improvements (e.g. native planting, pollinator areas, bird or bat boxes)

Improvements to communal outdoor spaces or paths

Resident-led environmental initiatives, such as planting days or growing projects

Support for local charities and community groups (including Wheatley Foundation). See this link for further detail:

(SC Ref:824003)

Download the ESPD document here:

VI.4) Procedures for review

VI.4.1) Review body

Wheatley Group

25 Cochrane Street

Glasgow

G1 1HL

Email

procurement [at] wheatley-group.com

Telephone

+44 7770566894

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

Glasgow Sheriff Court and Justice of the Peace Court

1 Calton Place

Glasgow

G5 9DA

Country

United Kingdom