Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Wheatley Housing Group Limited
25 Cochrane Street
Glasgow
G1 1HL
UK
Telephone: +44 7770566894
E-mail: Procurement@wheatley-group.com
NUTS: UKM82
Internet address(es)
Main address: http://www.wheatley-group.com
Address of the buyer profile: https://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:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
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 Technical Consultancy Services Framework
Reference number: PR0079
II.1.2) Main CPV code
71240000
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 Construction 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:
40 000 000.00
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
Construction Project Managers
II.2.2) Additional CPV code(s)
71251000
71240000
71541000
72224000
II.2.3) Place of performance
NUTS code:
UKM
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
Criteria below:
Quality criterion: 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
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
Architects
II.2.2) Additional CPV code(s)
71251000
71000000
71200000
71220000
71221000
71222000
71223000
II.2.3) Place of performance
NUTS code:
UK
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 Construction (Design and Management) Regulations 2015.
II.2.5) Award criteria
Criteria below:
Quality criterion: 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
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
Landscape Architect
II.2.2) Additional CPV code(s)
71000000
71200000
71220000
71222000
71223000
71221000
II.2.3) Place of performance
NUTS code:
UKM
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
Criteria below:
Quality criterion: 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
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
Civil & Structural Engineers
II.2.2) Additional CPV code(s)
71311000
71311100
71322000
71312000
II.2.3) Place of performance
NUTS code:
UKM
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 Construction (Design and Management) Regulations 2015.
II.2.5) Award criteria
Criteria below:
Quality criterion: 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
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
Mechanical & Electrical Engineer
II.2.2) Additional CPV code(s)
71333000
45315100
II.2.3) Place of performance
NUTS code:
UKM
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
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
6 400 000.00
GBP
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
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
Quantity Surveyor & Employers Agent
II.2.2) Additional CPV code(s)
71324000
71315300
71250000
71251000
71322100
II.2.3) Place of performance
NUTS code:
UKM
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
Criteria below:
Quality criterion: 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
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
Multi-Disciplinary Design Team
II.2.2) Additional CPV code(s)
71220000
71320000
71242000
II.2.3) Place of performance
NUTS code:
UKM
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 Construction (Design and Management) Regulations 2015.
II.2.5) Award criteria
Criteria below:
Quality criterion: 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
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: 8
II.2.1) Title
CDM Advisor
II.2.2) Additional CPV code(s)
71317200
71317210
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
This Lot seeks suitably qualified CDM Advisor to provide Construction 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
Criteria below:
Quality criterion: 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
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: 9
II.2.1) Title
Clerk of Works
II.2.2) Additional CPV code(s)
71000000
71315400
71631300
71631400
II.2.3) Place of performance
NUTS code:
UKM
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
Criteria below:
Quality criterion: 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
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: 10
II.2.1) Title
Energy Advisor
II.2.2) Additional CPV code(s)
71314200
71314000
71314300
II.2.3) Place of performance
NUTS code:
UKM
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
Criteria below:
Quality criterion: 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
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: 11
II.2.1) Title
Planning Consultant
II.2.2) Additional CPV code(s)
71240000
71356400
71400000
71410000
II.2.3) Place of performance
NUTS code:
UKM
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
Criteria below:
Quality criterion: 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
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: 12
II.2.1) Title
Fire Engineering - Single Building Assessments
II.2.2) Additional CPV code(s)
71317100
71250000
75251110
71300000
II.2.3) Place of performance
NUTS code:
UKM
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
Criteria below:
Quality criterion: 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
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 Construction 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 required:
Lot 1 Construction 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 with a single operator.
IV.1.6) Information about electronic auction
An electronic auction will be used
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 000-014804
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/05/2026
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
31/07/2026
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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 https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=824003.
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:
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: https://www.wheatley-group.com/better-lives/wheatley-foundation
(SC Ref:824003)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=824003
VI.4) Procedures for review
VI.4.1) Review body
Wheatley Group
25 Cochrane Street
Glasgow
G1 1HL
UK
Telephone: +44 7770566894
E-mail: procurement@wheatley-group.com
VI.4.2) Body responsible for mediation procedures
Glasgow Sheriff Court and Justice of the Peace Court
1 Calton Place
Glasgow
G5 9DA
UK
VI.5) Date of dispatch of this notice
21/04/2026