Section one: Contracting authority
one.1) Name and addresses
The Wheatley Housing Group Limited
25 Cochrane Street
Glasgow
G1 1HL
Contact
Neve Beaton
neve.beaton@wheatley-group.com
Telephone
+44 8004797979
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
Wheatley Group Site Surveys and Investigations Framework (RG0700)
two.1.2) Main CPV code
- 71510000 - Site-investigation 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 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
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
Site Investigation
Lot No
1
two.2.2) Additional CPV code(s)
- 71351500 - Ground investigation services
- 45111250 - Ground investigation work
- 71510000 - Site-investigation services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Site investigations (bore hole surveys, trail pits), material sampling/testing, provision of reports.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
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.2.10) 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
Topographic Surveys
Lot No
2
two.2.2) Additional CPV code(s)
- 71351810 - Topographical services
- 71351800 - Topographical and water divining services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Surveying of sites, production of georeferenced topographic drawings.
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
48
This contract is subject to renewal
Yes
Description of renewals
Initial 3 years + optional 1 year extension
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
CCTV and Condition of Drainage Surveys
Lot No
4
two.2.2) Additional CPV code(s)
- 71250000 - Architectural, engineering and surveying services
- 71355000 - Surveying services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Surveying of sites, production of evidence demonstrating location and condition.
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
48
This contract is subject to renewal
Yes
Description of renewals
Initial period of 3 years plus optional 1 year extension
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
GPR Surveys
Lot No
3
two.2.2) Additional CPV code(s)
- 71355000 - Surveying services
- 71250000 - Architectural, engineering and surveying services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Surveying of drainage infrastructure, production of georeferenced drawings showing service location.
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
48
This contract is subject to renewal
Yes
Description of renewals
Initial period of 3 years plus optional 1 year extension
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
Tree Surveys
Lot No
5
two.2.2) Additional CPV code(s)
- 71355000 - Surveying services
- 03452000 - Trees
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Surveying of sites, production of evidence demonstrating location and condition.
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
48
This contract is subject to renewal
Yes
Description of renewals
Initial period of 3 years plus optional 1 year extension
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
Archaeological Evaluations
Lot No
6
two.2.2) Additional CPV code(s)
- 71351914 - Archaeological services
- 71351720 - Geophysical surveys of archaeological sites
- 45112450 - Excavation work at archaeological sites
- 71351811 - Topographical surveys of archaeological sites
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 30
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.2.10) 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
Ecology
Lot No
7
two.2.2) Additional CPV code(s)
- 71313400 - Environmental impact assessment for construction
- 71313430 - Environmental indicators analysis for construction
- 71313440 - Environmental Impact Assessment (EIA) services for construction
- 71313450 - Environmental monitoring for construction
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Map and assess habitants present on site, produce focused survey, provide solutions and recommendations as appropriate.
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
48
This contract is subject to renewal
Yes
Description of renewals
Initial period of 3 years plus optional 1 year extension
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 5 Tree Surveys - LANTRA Professional Tree Inspection
Lot 6 Archaeological Evaluations - Historic Environment Scotland (HES), and, Chartered Institute for Archaeologists (CIfA).
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 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
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
Open 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.2.2) Time limit for receipt of tenders or requests to participate
Date
23 October 2025
Local time
5:00pm
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
24 October 2025
Local time
9:00am
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.
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
six.4) Procedures for review
six.4.1) Review body
WHEATLEY HOUSING GROUP LIMITED
25 Cochrane Street
Glasgow
G1 1HL
neve.beaton@wheatley-group.com
Telephone
+44 7825823911
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Glasgow Sheriff Court and Justice of the Peace Court
1 Calton Place
Glasgow
G1 1HL
Country
United Kingdom