Tender

Lowther Project Management Services 2025

  • The Wheatley Housing Group Limited

F02: Contract notice

Notice identifier: 2025/S 000-034482

Procurement identifier (OCID): ocds-h6vhtk-0551fb

Published 23 June 2025, 4:00pm



Section one: Contracting authority

one.1) Name and addresses

The Wheatley Housing Group Limited

25 Cochrane Street

Glasgow

G1 1HL

Email

procurement@wheatley-group.com

Telephone

+44 8004797979

Country

United Kingdom

NUTS code

UKM - Scotland

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.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

Lowther Project Management Services 2025

Reference number

LF000F

two.1.2) Main CPV code

  • 72224000 - Project management consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

This requirement pertains to project management services for major repairs of privately owned buildings, for which Lowther provides factoring services. The Project Manager will represent Lowther and liaise with the building owners to manage repairs for significant faults, as well as improvement works within the buildings.

two.1.5) Estimated total value

Value excluding VAT: £400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72224000 - Project management consultancy services
  • 71541000 - Construction project management services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

o Central belt of Scotland

o Dumfries and Galloway

two.2.4) Description of the procurement

This requirement is currently being met internally across the group but there is now a need for external support to augment our internal capacity especially for buildings for which Lowther provides factoring services.

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

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for a further 2 years at Wheatley's discretion

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

***Refer to ITT document***

three.1.2) Economic and financial standing

List and brief description of selection criteria

See tender document

Equifax Grading: D rating or better

The minimum levels of cover required for this project are on the table below. Bidders are expected to have or commit to having these by the commencement date of the contract and through the term of the contract.

Public Liability GBP 5,000,000 for each and every claim

Employer’s Liability Insurance GBP 5,000,000 for each and every claim

Professional Indemnity GBP5,000,000 for each and every claim

three.1.3) Technical and professional ability

List and brief description of selection criteria

RICS accreditation with CDM competency are essential and would form exclusion grounds

See Appendix 1 - ITT Document

Minimum level(s) of standards possibly required

RICS accreditation with CDM competency are essential and would form exclusion grounds.

See Appendix 1 - ITT Document

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

See Tender documents

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

24 July 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

Tender must be valid until: 28 November 2025

four.2.7) Conditions for opening of tenders

Date

24 July 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

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=800291.

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:

Please refer to the tender documents

(SC Ref:800291)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=800291

six.4) Procedures for review

six.4.1) Review body

Weathley Housing Group Ltd

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