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 Site Surveys and Investigations Framework (RG0700)

  • First published: 24 September 2025
  • Last modified: 24 September 2025
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-05a000
Published by:
The Wheatley Housing Group Limited
Authority ID:
AA80392
Publication date:
24 September 2025
Deadline date:
23 October 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

It is anticipated the tender opportunity will be a Multi-Lot Framework Agreement comprising of the following 7 lots, however the Wheatley Group reserve the right to amend.

Lot 1 - Site Investigation

Lot 2 - Topographic Surveys

Lot 3 - GPR Surveys

Lot 4 - CCTV and Conditions of Drainage

Lot 5 - Tree Surveys

Lot 6 - Archaeological Investigations

Lot 7 - Ecology

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: Neve Beaton

Telephone: +44 8004797979

E-mail: neve.beaton@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 Site Surveys and Investigations Framework (RG0700)

II.1.2) Main CPV code

71510000

 

II.1.3) Type of contract

Services

II.1.4) Short description

It is anticipated the tender opportunity will be a Multi-Lot Framework Agreement comprising of the following 7 lots, however the Wheatley Group reserve the right to amend.

Lot 1 - Site Investigation

Lot 2 - Topographic Surveys

Lot 3 - GPR Surveys

Lot 4 - CCTV and Conditions of Drainage

Lot 5 - Tree Surveys

Lot 6 - Archaeological Investigations

Lot 7 - Ecology

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

Site Investigation

II.2.2) Additional CPV code(s)

71351500

45111250

71510000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Site investigations (bore hole surveys, trail pits), material sampling/testing, provision of reports.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

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

Topographic Surveys

II.2.2) Additional CPV code(s)

71351810

71351800

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Surveying of sites, production of georeferenced topographic drawings.

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: 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

GPR Surveys

II.2.2) Additional CPV code(s)

71355000

71250000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Surveying of drainage infrastructure, production of georeferenced drawings showing service location.

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: 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: 4

II.2.1) Title

CCTV and Condition of Drainage Surveys

II.2.2) Additional CPV code(s)

71250000

71355000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Surveying of sites, production of evidence demonstrating location and condition.

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: 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: 5

II.2.1) Title

Tree Surveys

II.2.2) Additional CPV code(s)

71355000

03452000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Surveying of sites, production of evidence demonstrating location and condition.

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: 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: 6

II.2.1) Title

Archaeological Evaluations

II.2.2) Additional CPV code(s)

71351914

71351720

45112450

71351811

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Initial desktop analysis of site conditions, invasive evaluations (trial trenches, excavations), reports and documentation including recommendations for mitigation and additional measures/surveys.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  30

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: 7

II.2.1) Title

Ecology

II.2.2) Additional CPV code(s)

71313400

71313430

71313440

71313450

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Map and assess habitants present on site, produce focused survey, provide solutions and recommendations as appropriate.

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: 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

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 5 Tree Surveys - LANTRA Professional Tree Inspection

Lot 6 Archaeological Evaluations - Historic Environment Scotland (HES), and, Chartered Institute for Archaeologists (CIfA).

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 equal) 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 Site Investigations - GPB5m PI; GPB5m EL; GPB10m PL; GPB1m Works

Lot 2 Topographic Surveys - GPB5m PI; GPB5m EL; GPB10m PL

Lot 3 GPR Surveys - GPB5m PI; GPB5m EL; GPB10m PL

Lot 4 CCTV and Condition of Drainage Surveys - GPB5m PI; GPB5m EL; GPB10m PL

Lot 5 Tree Surveys - GPB5m PI; GPB5m EL; GPB10m PL

Lot 6 Archaeological Evaluations - GPB2m PI; GPB5m EL; GPB10m PL

Lot 7 Ecology - GPB2m PI; GPB5m EL; GPB10m PL

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.3) 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.2.2) Time limit for receipt of tenders or requests to participate

Date: 23/10/2025

Local time: 17:00

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)

IV.2.7) Conditions for opening of tenders

Date: 24/10/2025

Local time: 09:00

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

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 SPD must be completed and be specific to each lot tendered.

Documents attached to this Notice:

Appendix 1 - Invitation to Tender (ITT) Document - Mandatory read [For instruction only]

Appendix 2 - Lot 1 – 7 folders (incl. Specification and Tenderers Submission, Service Level Agreements and Community Benefits and Pricing Schedule Documents) - Mandatory read and completion [Specification - Information only / Service Level Agreement and Community Benefits – Signature Required / Tenderers Submission and Pricing Schedule – Scored Basis]

Appendix 3 - Lot Details - Optional Read [For Information Only]

Appendix 4 - Call-off Documentation - Mandatory read [For signing at service call-offs]

Appendix 5 - Terms & Conditions Document - Mandatory sign-off

Single Procurement Document (SPD) electronic version on Public Contracts Scotland (PCS) - Mandatory completion [Scored basis]

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=694151.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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.

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=799879.

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.

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:

Community Benefits are included in the SLA document for each individual Lot. Community Benefit requirements are dependent on the band of spend for each individual Lot.

(SC Ref:799879)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=799879

VI.4) Procedures for review

VI.4.1) Review body

WHEATLEY HOUSING GROUP LIMITED

25 Cochrane Street

Glasgow

G1 1HL

UK

Telephone: +44 7825823911

E-mail: neve.beaton@wheatley-group.com

VI.4.2) Body responsible for mediation procedures

Glasgow Sheriff Court and Justice of the Peace Court

1 Calton Place

Glasgow

G1 1HL

UK

VI.5) Date of dispatch of this notice

23/09/2025

Coding

Commodity categories

ID Title Parent category
71351914 Archaeological services Geological, geophysical and other scientific prospecting services
71250000 Architectural, engineering and surveying services Architectural and related services
71313440 Environmental Impact Assessment (EIA) services for construction Environmental engineering consultancy services
71313400 Environmental impact assessment for construction Environmental engineering consultancy services
71313430 Environmental indicators analysis for construction Environmental engineering consultancy services
71313450 Environmental monitoring for construction Environmental engineering consultancy services
45112450 Excavation work at archaeological sites Excavating and earthmoving work
71351720 Geophysical surveys of archaeological sites Geological, geophysical and other scientific prospecting services
71351500 Ground investigation services Geological, geophysical and other scientific prospecting services
45111250 Ground investigation work Demolition, site preparation and clearance work
71510000 Site-investigation services Construction-related services
71355000 Surveying services Engineering-related scientific and technical services
71351800 Topographical and water divining services Geological, geophysical and other scientific prospecting services
71351810 Topographical services Geological, geophysical and other scientific prospecting services
71351811 Topographical surveys of archaeological sites Geological, geophysical and other scientific prospecting services
03452000 Trees Tree-nursery products

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:
neve.beaton@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.