Tender

ASM001-418 Technical Consultancy Services Framework

  • The Wheatley Housing Group Limited

F02: Contract notice

Notice identifier: 2022/S 000-015125

Procurement identifier (OCID): ocds-h6vhtk-0341bb

Published 30 May 2022, 4:53pm



Section one: Contracting authority

one.1) Name and addresses

The Wheatley Housing Group Limited

25 Cochrane Street

Glasgow

G1 1HL

Email

julieth.ani@wheatley-group.com

Telephone

+44 7385968883

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.wheatley-group.com

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10306

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ASM001-418 Technical Consultancy Services Framework

Reference number

ASM001-418

two.1.2) Main CPV code

  • 71240000 - Architectural, engineering and planning services

two.1.3) Type of contract

Services

two.1.4) Short description

It is anticipated the tender opportunity will be a Multi-Lot Framework Agreement comprising of the following 11 lots however the Wheatley

Group reserve the right to amend.

Lot 1 Masterplanner

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

two.1.5) Estimated total value

Value excluding VAT: £55,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Masterplanner

Lot No

1

two.2.2) Additional CPV code(s)

  • 71251000 - Architectural and building-surveying services
  • 71240000 - Architectural, engineering and planning services
  • 71410000 - Urban planning services
  • 71400000 - Urban planning and landscape architectural services
  • 71356400 - Technical planning services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This Lot seeks suitably qualified and experienced consultants to provide Masterplanning services in line with RIBA Plan of Work 2013 stages 0-3. Masterplans will be housing-led but consider all aspects of successful and sustainable placemaking, incorporating mixed uses and housing tenures. There will be a particular focus on community engagement and co-creation. Projects will range in size, scale and type. Projects will be located in a range of urban, suburban and rural locations, including within existing, growth and regeneration contexts.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.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.

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

Envisaged minimum number: 10

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Architect

Lot No

2

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot seeks suitably qualified architectural practices to provide Architectural services through all RIBA Plan of Work 2013 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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.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

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

Envisaged minimum number: 10

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Landscape Architect

Lot No

3

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.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 2013 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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.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

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

Envisaged minimum number: 10

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Structural & Civil Engineer

Lot No

4

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.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 2013 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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.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

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

Envisaged minimum number: 10

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Mechanical & Electrical Engineer

Lot No

5

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.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 2013 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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £6,400,000

two.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

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

Envisaged minimum number: 10

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Quantity Surveyor & Employers Agent

Lot No

6

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.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 2013 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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.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

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

Envisaged minimum number: 10

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Multi-Disciplinary Design Team

Lot No

7

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This Lot seeks suitably qualified architectural practices to provide Lead Consultant and Architectural services and assemble, lead and manage a design team including Civil and Structural Engineering, Quantity Surveying and Employer’s Agent services through all RIBA Plan of Work 2013 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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.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

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

Envisaged minimum number: 10

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

CDM Advisor

Lot No

8

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.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 2013 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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.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

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

Envisaged minimum number: 10

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Clerk of Works

Lot No

9

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.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 2013 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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.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

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

Envisaged minimum number: 10

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Energy Advisor

Lot No

10

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.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 (Section 6 - Energy) 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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.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

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

Envisaged minimum number: 10

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Planning Consultant

Lot No

11

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.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

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

Envisaged minimum number: 10

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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 Masterplanner - RIAS/RIBA/ARB

Lot 2 Architect - RIAS/RIBA/ARB

Lot 3 Landscape Architect - CMLI

Lot 4 Structural & Civil Engineer - IEng/CEng MICE

Lot 5 Mechanical & Electrical Engineer - IMechE/IET

Lot 6 Quantity Surveyor & Employers Agent - MRICS

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

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

Lot 9 Clerk of Works - ICWCI/CIOB

Lot 10 Energy Advisor - N/A

Lot 11 Planning Consultant - RTPI

three.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 possibly required

Lot 1 Masterplanner - GBP5m PI, GBP5m EL, GBP5m PL;

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

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

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

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

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

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

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

Lot 9 Clerk of Works - GBP5m EL, GBP5m PL

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

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

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 007-190193

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

Date

11 July 2022

Local time

12:00pm

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

29 August 2022

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

English

four.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 six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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.

Ensure that the lot tendered is stated on the SPD Question 2A.18.

Documents attached to this Notice:

1) Instruction to Tenderers - Stage 1 & Stage 2 - For instruction only

[Mandatory read]

2)Appendix I - Single Procurement Document(SPD) - Stage 1 -[Mandatory completion][Scored basis]

3) Appendix II - Scope of Service Documents - Stage 1 & Stage 2 -

For Information only [Mandatory read]

4) Appendix II - Community Benefits - Stage 1 & 2 - For Information - only [Mandatory read]

5) Appendix IV - Health and Safety Questionnaire - Stage 2 - [Mandatory completion]

[Pass/Fail basis]

6) Appendix V - Rate Card - Stage 2 [Mandatory completion]

[Scored basis]

7) Appendix VI - Terms & Conditions Document - Stage 2

[Mandatory sign-off]

8) Appendix VII - Key Performance Indicators (KPIs) Document -Information Only

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=694151.

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:

1) Employability

- A School Visit to undertake career development / mock interviews (half day);

- Work experience of a minimum of 5 days for unemployed person (not necessarily young person) located WHG catchment area;

- Graduate/student placements;

- Apprenticeships.

2) Monitoring & Educational Support

- Carry out a workshop in a School or Community Centre located WHG

catchment area linked to Curriculum for Excellence;

- Work placement for a minimum of 5 days for an S3 or S4 pupil in a

WHG catchment area School either in Construction or Office based;

- Career development/mock interviews/support with CV writing;

- Training or support for unemployed person who is having difficulty

returning to employment located WHG catchment area.

3) Community & Priority Group Social Inclusion and Wellbeing

- Donation to the Wheatley Foundation;

- Donations to community events as agreed with WHG;

- Sponsorship of local community group e.g. local football club etc.;

- Community enhancement – resources provided for community facilities

(e.g. playgrounds, habitat enhancements, environmental improvements)

and initiatives (e.g. energy efficiency);

- Participation in the WHG “Meet the Buyer Event” (e.g. having a stand

at the event to support SMEs, speaking about your experience of

working with the WHG).

- Undertake a local area tidy-up campaign;

- Support of disadvantaged groups within the WHG catchment areas.

4) As Agreed Between Parties

- Any other community benefits accepted as appropriate/applicable by the WHG Procurement Services

(SC Ref:694151)

six.4) Procedures for review

six.4.1) Review body

Wheatley Group

25 Cochrane Street

Glasgow

G1 1HL

Email

julieth.ani@wheatley-group.com

Telephone

+44 7385968883

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Glasgow Sheriff Court and Justice of the Peace Court

1 Calton Place

Glasgow

G5 9DA

Country

United Kingdom