Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Wheatley Group Legal & Associated Services Framework LE0003

  • First published: 09 April 2026
  • Last modified: 09 April 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0657a8
Published by:
The Wheatley Housing Group Limited
Authority ID:
AA80392
Publication date:
09 April 2026
Deadline date:
15 May 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Wheatley Group intends to establish a multi-lot Framework Agreement for the provision of Legal & Associated Services to replace the current framework. This new Framework will be divided into 7 lots covering Lot 1 Commercial Contracts Lot 2 Legal Governance & Charities Lot 3 Legal Employment & General Civil Litigation Lot 4 Financing Lot 5a – Sheriff Officer Services (Central Scotland Region) Lot 5b - Sheriff Officer Services (Dumfries and Galloway Region) Lot 6 Property Searching & Reporting Services. The Framework will be for a period of 36 months with the option to extend for a further 12 months at the sole discretion of the Wheatley Group.

Lot 1 – Commercial Contracts – including as a minimum procurement, construction, construction litigation, development, real estate, intellectual property, information technology and associated legal advice.

Lot 2 – Legal Governance & Legal Charities – including as a minimum governance and business structures, data protection, charities advice including business structures and corporate matters and associated legal advice.

Lot 3 - Legal Employment & General Civil Litigation – including as a minimum employment law, pensions advice and general civil litigation services.

Lot 4 – Financing– including as a minimum capital markets and bank funding in relation to new and existing funding and relating to both Scottish and English law

Lot 5a – Sheriff Officer Services (Central Scotland Region).

Lot 5b – Sheriff Officer Services (Dumfries and Galloway Region).

Lot 6 – Property Searching & Reporting Services.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Wheatley Housing Group Limited

25 Cochrane Street

Glasgow

G1 1HL

UK

Contact person: Julieth Ani

Telephone: +44 7770566894

E-mail: procurement@wheatley-group.com

NUTS: UKM

Internet address(es)

Main address: http://www.wheatley-group.com

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10306

I.2) 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:

https://www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publiccontractsscotland.gov.uk


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 Legal & Associated Services Framework LE0003

Reference number: LE0003

II.1.2) Main CPV code

79100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Wheatley Group intends to establish a multi-lot Framework Agreement for the provision of Legal & Associated Services to replace the current framework. This new Framework will be divided into 7 lots covering Lot 1 Commercial Contracts Lot 2 Legal Governance & Charities Lot 3 Legal Employment & General Civil Litigation Lot 4 Financing Lot 5a – Sheriff Officer Services (Central Scotland Region) Lot 5b - Sheriff Officer Services (Dumfries and Galloway Region) Lot 6 Property Searching & Reporting Services. The Framework will be for a period of 36 months with the option to extend for a further 12 months at the sole discretion of the Wheatley Group.

Lot 1 – Commercial Contracts – including as a minimum procurement, construction, construction litigation, development, real estate, intellectual property, information technology and associated legal advice.

Lot 2 – Legal Governance & Legal Charities – including as a minimum governance and business structures, data protection, charities advice including business structures and corporate matters and associated legal advice.

Lot 3 - Legal Employment & General Civil Litigation – including as a minimum employment law, pensions advice and general civil litigation services.

Lot 4 – Financing– including as a minimum capital markets and bank funding in relation to new and existing funding and relating to both Scottish and English law

Lot 5a – Sheriff Officer Services (Central Scotland Region).

Lot 5b – Sheriff Officer Services (Dumfries and Galloway Region).

Lot 6 – Property Searching & Reporting Services.

II.1.5) Estimated total value

Value excluding VAT: 6 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 Commercial Contracts

II.2.2) Additional CPV code(s)

79100000

79110000

79111000

79112000

79130000

79140000

75231100

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Lot 1 Commercial Contracts covers the following areas as a minimum: procurement, construction, development, real estate, intellectual property, information technology, environmental and planning law, litigation support and associated legal advice.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend by a further period of 12 months at the sole discretion of the Wheatley Group

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

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

Lot No: 2

II.2.1) Title

Lot 2 Legal Governance & Charities

II.2.2) Additional CPV code(s)

79100000

79110000

79111000

79112000

79130000

79140000

75231100

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Lot 2 Legal Governance & Legal Charities including as a minimum governance and business structures, data protection, charities advice including legal structural business and corporate matters and associated legal advice.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 95 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend by a further period of 12 months at the sole discretion of the Wheatley Group.

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

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

Lot No: 3

II.2.1) Title

Lot 3 Legal Employment & General Civil Litigation

II.2.2) Additional CPV code(s)

79100000

79110000

79111000

79112000

79130000

79140000

75231100

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Lot 3 Legal Employment & General Civil Litigation to cover as a minimum: employment law, pensions and court litigation services. Employment law advice to the Group’s Human Resource (HR) department both on a rolling ad hoc basis and in relation to any specific projects affecting the employment status of the employees within the Group companies, keeping our HR department up to date on relevant changes in employment law, advice on compromise agreements, employment tribunal representation where required, TUPE and advice to the in-house legal team in relation to TUPE or other employment issues that may arise in relation to individual projects or third party contracts. Pension’s advice is also included.

Litigation primarily in relation to Court of Session cases, including Judicial Review. Advice and support may be required with housing related litigation including Anti-Social Behaviour Orders and actions for eviction, defence of reparation actions, and actions for Reduction, Suspension and Interdict, although this type of work is generally handled in-house.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for a further 12 months at the sole discretion of the Wheatley Group.

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

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

Lot No: 4

II.2.1) Title

Lot 4 Financing

II.2.2) Additional CPV code(s)

79100000

79110000

79111000

79112000

79130000

79140000

75231100

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Lot 4 providing legal services associated with the area of Financing as follows?

Treasury (debt finance, listed securities, bonds);

Banking and finance including the raising of new, and management of existing bank and capital markets funding;

Issuance and hedging arrangements;

Charging and security work;

FCA and financial regulatory support;

Mergers & acquisitions;

Acquisitions and disposals;

Joint ventures;

Corporate finance;

Financial services regulation;

Corporate insolvency law;

Constitutional issues;

Corporate governance;

New business opportunities;

Amalgamations and restructuring;

Stock transfers;

Taxation advice;

Co-operative & Community Benefit societies law;

Grant applications e.g. Big Lottery funding.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend by a further period of 12 months at the sole discretion of the Wheatley Group.

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

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

Lot No: 5

II.2.1) Title

Lot 5a Sheriff Officer Services - Central Scotland Region

II.2.2) Additional CPV code(s)

79940000

79100000

79110000

79111000

79112000

79130000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Sheriff Officer services which will be required to cover the Central Scotland Region in relation to this lot arise from litigation in relation to rent arrears recovery, general debt recovery for former tenant arrears, litigation to recover factoring debt, anti-social evictions and anti-social behaviour orders. The Sheriff Officers must have experience in providing a wide range of Sheriff Officer services and dealing with a high volume of work. The Sheriff Officers must employ appropriate numbers of suitably qualified staff with a sufficiently broad range of expertise to meet our requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 100

Price / Weighting:  0

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend by a further period of 12 months at the sole discretion of the Wheatley Group.

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

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

Lot No: 6

II.2.1) Title

Lot 5b Sheriff Officer Services - Dumfries and Galloway Region

II.2.2) Additional CPV code(s)

79940000

79100000

79110000

79111000

79112000

79130000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Sheriff Officer services which will be required to cover the Dumfries and Galloway Region in relation to this lot arise from litigation in relation to rent arrears recovery, general debt recovery for former tenant arrears, litigation to recover factoring debt, anti-social evictions and anti-social behaviour orders. The Sheriff Officers must have experience in providing a wide range of Sheriff Officer services and dealing with a high volume of work. The Sheriff Officers must employ appropriate numbers of suitably qualified staff with a sufficiently broad range of expertise to meet our requirements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 100

Price / Weighting:  0

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend by a further period of 12 months at the sole discretion of the Wheatley Group.

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

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

Lot No: 7

II.2.1) Title

Lot 6 Property Searching & Reporting

II.2.2) Additional CPV code(s)

70331000

70332200

79100000

79111000

79130000

79140000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

The Wheatley Group expects successful Service Providers for this Lot to provide services related to property transactions where Wheatley Housing Group entities are the sellers of, or granters of subordinate rights in, the land, including, but not limited to:

Legal Reports

Plans Reports

Companies/Mutual Societies searches

Register of Community Interests in Land searches

Property Enquiry Certificates

Coal Mining Reports

Extracts/copies of title deeds

Ownership searches, particularly Register of Sasines

Ownership plans (site assembly)

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for a further 12 months at the sole discretion of the Wheatley Group.

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

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:

SPD Part IV. Question 4A.1: Trade Register

It is a requirement of this tender that if the tenderer is UK-based, they must hold a valid registration with Companies House. Where the tenderer is UK based but not registered at Companies House, they must be able to verify to WHG’s satisfaction that they are trading from the address provided in the tender and under the company name given.

Tenderers within the UK must confirm if they are registered under Companies House within this question. If the tenderer is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.

SPD Question 4A.2 Authorisation or membership (Pass or fail)

Bidders must be a member of the following in respect of Lots 1,2,3,4:-

Member of the Law Society of Scotland

Bidders must be a member of the following in respect of Lot 5a and Lot 5b:-

Member of the Society of Messengers-at-Arms & Sheriff Officers

It is a mandatory requirement for bidders to hold the above memberships.

This requirement does not apply to Lot 6 - Property Searching and Reporting

More information - Appendix 1 - Instructions to Tenderers document (Section 14)

III.1.2) Economic and financial standing

List and brief description of selection criteria:

SPD Question 4.B.1 Turnover (For information only)

Bidders will be required to provide the "general" annual turnover for the previous three (3) years or for how long the organisation has been in operation if this is less than 3 years.

SPD Question 4.B.5 - Insurance (Pass/Fail)

Bidders are required to hold the following levels of Insurance:

Lot 1, Lot 4 & Lot 6-

Employer's Liability insurance to the value of at least FIVE MILLION (GBP 5,000,000) POUNDS STERLING

Public Liability insurance to the value of at least FIVE MILLION (GBP 5,000,000) POUNDS STERLING

Professional Indemnity insurance to the value of at least TEN MILLION (GBP 10,000,000) POUNDS STERLING

Lot 2 & 3 -

Employer's Liability insurance to the value of at least FIVE MILLION (GBP 5,000,000) POUNDS STERLING

Public Liability insurance to the value of at least FIVE MILLION (GBP 5,000,000) POUNDS STERLING

Professional Indemnity insurance to the value of at least FIVE MILLION (GBP 5,000,000) POUNDS STERLING

Lot 5a and 5b -

Employer's Liability insurance to the value of at least FIVE MILLION (GBP 5,000,000) POUNDS STERLING

Public Liability insurance to the value of at least FIVE MILLION (GBP 5,000,000) POUNDS STERLING

Professional Indemnity insurance to the value of at least TWO MILLION (GBP 2,000,000) POUNDS STERLING

The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for other EU member states.

Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to the SPD that the specified insurance will be obtained.

SPD Question 4.B.6- Credit Rating (Pass/Fail)

Tenderers should hold a current Equifax (or equivalent) credit rating score of D+ or better. It is recommended that tenderers review their own Equifax Score (or equivalent) in advance of their Tender submission. While Equifax is preferred, details of any equivalent and recognised rating system used by the bidder should be used to respond to SPD questions 4B.6 If, following this review, tenderers consider that their credit rating 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. WHG will review any such information as part of the evaluation of tenderers financial status. Where the tenderer is exempt from publishing a full set of accounts on Companies House, they must provide their audited accounts for the previous 2 years as part of their Tender Submission in order that WHG may assess these to determine the suitability of the tenderer. WHG will utilise Equifax to assist in its determination of all bidders’ financial status and risk.

Where a consortium bid is received, the Equifax Score of each consortium member shall be assessed. Where the tenderer is a subsidiary of a group but is applying as a separate legal entity and fails to meet the minimum financial turnover requirements or minimum Equifax (or equivalent) as a company, in order to be considered for evaluation, they must provide as part of their tender submission, written confirmation from an authorised signatory of the parent company, that a parent company guarantee will be provided within 2 weeks of request. The parent company must meet the minimum financial requirements as assessed by WHG.

Suppliers must note that if an organisation is successful in the award of this Framework and its Equifax rating falls below D, then WHG reserves the right to remove the organisation from the Framework. It is the supplier’s responsibility to ensure that the information submitted to Companies House is accurate and up to date, as this is used by Equifax to generate the credit score. For the avoidance of doubt, WHG will request a report from Equifax following the closing date for the receipt of the Tenders to ensure that the most up to date information is used.


Minimum level(s) of standards required:

All bidders must pass the minimum requirements as detailed in this contract notice and bidder's documentation.

Where a Bidder does not hold or commit to obtaining the types and levels of insurance indicated, the Wheatley Group will exclude the Bidder from the competition.

More information - Appendix 1 Instructions to Tenderers document (Section 14)

III.1.3) Technical and professional ability

List and brief description of selection criteria:

1) Applicable Scored Quality questions.

2)Interview/Presentation

3) Added Values

4) Community Benefits

The above questions are scored and instructions can be found in section 15 of Appendix 1 - ITT document.

Responses to these questions should be presented in Appendix 3 - Quality Questions document


Minimum level(s) of standards required:

All bidders must pass the minimum requirements as detailed in this contract notice and Appendix 1 - Invitation to Tender document.

III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

Bidders must be a member of the following in respect of Lots 1,2,3,4

Member of the Law Society of Scotland

Bidders must be a member of the following in respect of Lot 5a & Lot 5b:-

Member of the Society of Messengers-at-Arms & Sheriff Officers

This requirement does not apply to Lot 6 - Property Searching and Reporting

III.2.2) Contract performance conditions

Following successful appointment to the Framework, Service Providers must monitor the volume of spend which has been awarded to their organisation and commit to undertaking at least one of the Community Benefits or Knowledge Transfer benefits listed in Appendix 7 - Terms and Conditions domument, for each accumulative total of GBP 50,000 spend with their organisations (i.e. GBP 150,000 total commission will see a requirement of 3 community benefits to be undertaken).

The successful service provider will ensure they meet the service level agreement on the Appendix 7 - Terms and Conditions domument as a minimum and also monitor Key Performance Indicators (KPIs) using the provided template (Appendix 6 - KPIs)

Additional Services – the service providers appointed to the Framework will provide access to a number of additional added value services including Know-How, Training, initial consultation.

See Section Appendix 7 - Terms and Conditions domument

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

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about 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 in the OJ S:

2026/S 000-015034

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

Date: 15/05/2026

Local time: 17:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 15/05/2026

Local time: 17:00

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

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.

Bidders responses to the SPD 3A – 4B questions will be assessed on the basis of Pass/Faill, while others will be on for information only (See SPD Portal).

Budders Responses to Quality Questions will be assessed on scored basis - See Appendix 3 - Quality Questions

More information in Appendix 1 Invitation to Tender document

Requests for clarification received through any other channel including by email will not be answered.

Resave submission documents with file names that dont exceed 40 characters and files should not be zipped.

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=824146.

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.

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-procurement/

A summary of the expected community benefits has been provided as follows:

Following successful appointment to the Framework, Service Providers must monitor the volume of spend which has been awarded to their organisation and commit to undertaking at least one of the Community Benefits or Knowledge Transfer benefits including donation to Wheatley Group Foundation as listed in Appendix 7 - Terms and Conditions domument. For each accumulative total of GBP 50,000 spend with their organisations (i.e. GBP 150,000 total commission will see a requirement of 3 community benefits to be undertaken).

(SC Ref:824146)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=824146

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

1 Calton Place

Glasgow

G5 9DA

UK

Internet address(es)

URL: http://www.wheatley-group.com

VI.5) Date of dispatch of this notice

08/04/2026

Coding

Commodity categories

ID Title Parent category
79940000 Collection agency services Miscellaneous business and business-related services
70332200 Commercial property management services Non-residential property services
75231100 Law-courts-related administrative services Judicial services
79140000 Legal advisory and information services Legal services
79110000 Legal advisory and representation services Legal services
79111000 Legal advisory services Legal advisory and representation services
79130000 Legal documentation and certification services Legal services
79112000 Legal representation services Legal advisory and representation services
79100000 Legal services Business services: law, marketing, consulting, recruitment, printing and security
70331000 Residential property services Property management services of real estate on a fee or contract basis

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@wheatley-group.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.