ÃÍÁÏÊÓÆµ

Construction Tenders

22 October 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 7

Status Active

Published 23rd Sep 2025

Tender Details
Referenceocds-h6vhtk-05a000
Common Procurement VocabularySite-investigation services
Procurement MethodOpen procedure
Value-
« Previous Page

No location provided

Category Services

Type

No. of Lots 7

Status Active

Published 23rd Sep 2025

Tender Details
Referenceocds-h6vhtk-05a000
Common Procurement VocabularySite-investigation services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

The Wheatley Housing Group Limited

25 Cochrane Street

Glasgow

G1 1HL

Contact

Neve Beaton

Email

neve.beaton [at] wheatley-group.com

Telephone

+44 8004797979

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

Buyer's address

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Wheatley Group Site Surveys and Investigations Framework (RG0700)

II.1.2) Main CPV code

  • 71510000 - Site-investigation services

II.1.3) Type of contract

Services

II.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

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Site Investigation

Lot No

1

II.2.2) Additional CPV code(s)

  • 71351500 - Ground investigation services
  • 45111250 - Ground investigation work
  • 71510000 - Site-investigation services

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

Site investigations (bore hole surveys, trail pits), material sampling/testing, provision of reports.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

II.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.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

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

II.2) Description

II.2.1) Title

Topographic Surveys

Lot No

2

II.2.2) Additional CPV code(s)

  • 71351810 - Topographical services
  • 71351800 - Topographical and water divining services

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

Surveying of sites, production of georeferenced topographic drawings.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

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

II.2) Description

II.2.1) Title

CCTV and Condition of Drainage Surveys

Lot No

4

II.2.2) Additional CPV code(s)

  • 71250000 - Architectural, engineering and surveying services
  • 71355000 - Surveying services

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

Surveying of sites, production of evidence demonstrating location and condition.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

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

II.2) Description

II.2.1) Title

GPR Surveys

Lot No

3

II.2.2) Additional CPV code(s)

  • 71355000 - Surveying services
  • 71250000 - Architectural, engineering and surveying services

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

Surveying of drainage infrastructure, production of georeferenced drawings showing service location.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

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

II.2) Description

II.2.1) Title

Tree Surveys

Lot No

5

II.2.2) Additional CPV code(s)

  • 71355000 - Surveying services
  • 03452000 - Trees

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

Surveying of sites, production of evidence demonstrating location and condition.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

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

II.2) Description

II.2.1) Title

Archaeological Evaluations

Lot No

6

II.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

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.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.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 30

II.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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

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

II.2) Description

II.2.1) Title

Ecology

Lot No

7

II.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

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland

II.2.4) Description of the procurement

Map and assess habitants present on site, produce focused survey, provide solutions and recommendations as appropriate.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

II.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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

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


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.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).

III.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

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.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 IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.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

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date

23 October 2025

Local time

5:00pm

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

English

IV.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)

IV.2.7) Conditions for opening of tenders

Date

24 October 2025

Local time

9:00am


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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 .

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .

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 .

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .

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:

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:

VI.4) Procedures for review

VI.4.1) Review body

WHEATLEY HOUSING GROUP LIMITED

25 Cochrane Street

Glasgow

G1 1HL

Email

neve.beaton [at] wheatley-group.com

Telephone

+44 7825823911

Country

United Kingdom

VI.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