- Scope of the procurement
- 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
Section one: Contracting authority
one.1) Name and addresses
The Wheatley Housing Group Limited
25 Cochrane Street
Glasgow
G1 1HL
julieth.ani@wheatley-group.com
Telephone
+44 7385968883
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
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
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