Tender

WHG Leadership and Management Training 2025

  • The Wheatley Housing Group Limited

F02: Contract notice

Notice identifier: 2025/S 000-028871

Procurement identifier (OCID): ocds-h6vhtk-0529f6

Published 30 May 2025, 3:26pm



Section one: Contracting authority

one.1) Name and addresses

The Wheatley Housing Group Limited

25 Cochrane Street

Glasgow

G1 1HL

Contact

Julieth Ani

Email

procurement@wheatley-group.com

Telephone

+44 7770566894

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

WHG Leadership and Management Training 2025

Reference number

AC0002

two.1.2) Main CPV code

  • 79632000 - Personnel-training services

two.1.3) Type of contract

Services

two.1.4) Short description

This procurement is for the Provision of aspirational, management and leadership development learning, including actor-led training to the Wheatley Group across the group's business areas including Housing, Care, Customer First Centre, Environmental Services and Wheatley Solutions.

two.1.5) Estimated total value

Value excluding VAT: £400,000

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

Frontline Management Development Programme

Lot No

2

two.2.2) Additional CPV code(s)

  • 79632000 - Personnel-training services
  • 80500000 - Training services
  • 80510000 - Specialist training services
  • 80511000 - Staff training services
  • 80522000 - Training seminars
  • 80530000 - Vocational training services
  • 80531200 - Technical training services
  • 80532000 - Management training services
  • 80570000 - Personal development training services
  • 80521000 - Training programme services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Leading and Managing

Managing performance

Coaching/Mentoring

Difficult conversations for managers

Team communications

Leading change and transition etc

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Contract can be extended for a further 2 years at the sole discretion of the Wheatley Group

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

Leadership Training

Lot No

1

two.2.2) Additional CPV code(s)

  • 79632000 - Personnel-training services
  • 80500000 - Training services
  • 80510000 - Specialist training services
  • 80521000 - Training programme services
  • 80522000 - Training seminars
  • 80530000 - Vocational training services
  • 80531100 - Industrial training services
  • 80531200 - Technical training services
  • 80532000 - Management training services
  • 80570000 - Personal development training services
  • 80511000 - Staff training services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Coaching for Performance,

Executive communications and

Difficult Leadership Conversations etc

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Contract can be extended for a further 2 years at the sole discretion of the Wheatley Group

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.1.2) Economic and financial standing

List and brief description of selection criteria

Credit Check - Equifax

Insurance levels - see ITT Document

Minimum level(s) of standards possibly required

It is preferential that tenderers have a current Equifax (or equal) financial report score of D or better.

Tenderers must confirm:

The under-noted insurance provision being in place or provide confirmation that in the event of success in the tender process, the

under-noted insurance provision will be put in place:

Employers Liability to a minimum indemnity of GBP5,000,000

Public Liability to a minimum indemnity of GBP5,000,000

Professional Indemnity insurance to a minimum indemnity of GBP1,000,000 in the aggregate

The Insurance levels/requirements will be reviewed and updated as required

Should the Tenderer not have the specified insurances at the time of tendering then, the Tenderer must certify in their response that the

specified insurance will be obtained.

Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Wheatley Group may exclude the

Tender from the competition.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Not applicable

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

Open procedure

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

Date

30 June 2025

Local time

12:00pm

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)

four.2.7) Conditions for opening of tenders

Date

30 June 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

This contract is for a period of 2 years with an option to extend for 2 years at the sole discretion of the Group.

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=799851.

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:

Examples of community benefits are:

1. Employment and Training: Providing job opportunities and apprenticeships for local residents, especially targeting underrepresented groups.

2. Local Procurement: Engaging local suppliers and subcontractors to boost the local economy.

3. Environmental Initiatives: Implementing projects that enhance public spaces, such as parks and community gardens, or initiatives that promote sustainability.

4. Support for Local Charities: Donating goods, services, or funds to local charities and voluntary groups. This may include donations made to Wheatley Foundation. See this link for further detail: https://www.wheatley-group.com/better-lives/wheatley-foundation

5. Educational Programs: Organizing school visits to construction sites or other projects to educate students about various industries.

6. Community Engagement: Involving community members in decision-making processes and ensuring their voices are heard in local projects.

Any commitment to provide Community Benefits shall be agreed prior to contract award, should you be successfully appointed.

(SC Ref:799851)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=799851

six.4) Procedures for review

six.4.1) Review body

Wheatley Group

25 Cochrane Street

Glasgow

G1 1HL

Email

procurement@wheatley-group.com

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