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 Technical Consultancy Services Framework

  • First published: 22 April 2026
  • Last modified: 22 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-065723
Published by:
The Wheatley Housing Group Limited
Authority ID:
AA80392
Publication date:
22 April 2026
Deadline date:
22 May 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

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

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

Coding

Commodity categories

ID Title Parent category
71251000 Architectural and building-surveying services Architectural, engineering and surveying services
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71220000 Architectural design services Architectural and related services
71223000 Architectural services for building extensions Architectural design services
71221000 Architectural services for buildings Architectural design services
71222000 Architectural services for outdoor areas Architectural design services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71240000 Architectural, engineering and planning services Architectural and related services
71250000 Architectural, engineering and surveying services Architectural and related services
71315300 Building surveying services Building services
71315400 Building-inspection services Building services
71311000 Civil engineering consultancy services Consultative engineering and construction services
71311100 Civil engineering support services Civil engineering consultancy services
71541000 Construction project management services Construction management services
45315100 Electrical engineering installation works Electrical installation work of heating and other electrical building-equipment
71314000 Energy and related services Consultative engineering and construction services
71314300 Energy-efficiency consultancy services Energy and related services
71314200 Energy-management services Energy and related services
71320000 Engineering design services Engineering services
71322000 Engineering design services for the construction of civil engineering works Engineering design services
71300000 Engineering services Architectural, construction, engineering and inspection services
71317100 Fire and explosion protection and control consultancy services Hazard protection and control consultancy services
75251110 Fire-prevention services Fire-brigade services
71317210 Health and safety consultancy services Hazard protection and control consultancy services
71317200 Health and safety services Hazard protection and control consultancy services
71333000 Mechanical engineering services Miscellaneous engineering services
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
72224000 Project management consultancy services Systems and technical consultancy services
71324000 Quantity surveying services Engineering design services
71322100 Quantity surveying services for civil engineering works Engineering design services for the construction of civil engineering works
71312000 Structural engineering consultancy services Consultative engineering and construction services
71631300 Technical building-inspection services Technical inspection services
71631400 Technical inspection services of engineering structures Technical inspection services
71356400 Technical planning services Technical services
71400000 Urban planning and landscape architectural services Architectural, construction, engineering and inspection services
71410000 Urban planning services Urban planning and landscape architectural services

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.