Loading page content…
Loading page content…
37 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
The NIHE is undertaking a feasibility study for ‘New Build Housing.’ This study will investigate and compare different types of Construction including Modern Methods of Construction (MMC) and a traditional approach. The MMC options include volumetric systems, panelised systems, ICF and site based versions however other versions of MMC not listed will be considered for inclusion. 1.2 The feasibility study will provide the Employer (NIHE) with design solutions that are robust and cost effective and that the NIHE could potentially adopt for the future re-development of demolished or disused housing stock. 1.3 Feasibility Study Objectives: • To compare the performance of different construction methods that will meet statutory requirements and the needs of the NIHE as a minimum by providing warm, dry, robust dwellings that are quick to erect and easy to maintain. • To provide comparable cost information on the prescribed types of MMC which can be directly compared to traditional masonry construction, to inform the NIHE in identifying the building approach that best meets its needs. 1.4 As part of the feasibility study, the NIHE is asking input from the industry to aid the comparison process between the differing methods and inform the end result for the provision of housing to a site at no.s 2-4 Good Shepherd Road, Belfast. The proposal will comprise of 3no. 2 bedroom, 3 person, terraced units and 1 no. 2 bed, 3 person detached fully accessible single storey unit. The site specific information, layouts and performance specification will be provided by the NIHE. 1.5 The Consultant is responsible to the Employer for the provision of detailed information, as described in this brief, regarding their specialist building method and the performance thereof. Feasibility Study Outputs 1.6 The employer will provide a performance specification for the provided site plan, floor plans, elevations and sections upon appointment. To fulfil the objectives of the feasibility study, the Consultant will be required to provide:- • Detailed description of the type of MMC being proposed and its specific benefits for comparative purposes. • Design of the structure, materials and finishes, based on the layouts to be provided • Detailed information to be provided regarding the extent of the works to be completed on site to enable delivery of the offsite product. • Proposed u-value calculations for walls, floors and roofs, for the unit design provided. • Proposed programme in the form of a Gantt chart or similar, for the building as a whole, from design stage, through to manufacture (if applicable), to construction on site and completion. • Life cycle costs estimate. • Estimated cost of construction, excluding the cost of groundworks, foundations, statutory fees and professional design fees with the budget cost estimate also for the scheme proposed to attain Passivhaus (PH) standard. • Carbon performance information and figures for embodied, operational and circular. Quality, Technical Standards and Compliance 1.7 The dwelling designs should meet the following standards: • Partially or fully prefabricated off-site and delivered to the client specification as a minimum. • Construction detailing to meet the standards of the current N.I. Building Regulations as a minimum, unless otherwise stated. • Target SAP to meet Part F1 as a minimum for standard unit and option to meet Passivhaus standard if available for PH option. • DER (dwelling emission rate) to meet or exceed TER (target emission rate) in accordance with the Building Regulations of NI.* • To attain airtightness target of max 5 m3/(h.m2) at a pressure difference of 50 Pascals and for the PH option, Air permeability target of 0.6 ACH 50 pa in accordance with PH criteria. • Provision of intermittent ventilation or whole house mechanical ventilation system suitable for the proposed air permeability target. • NIHE provided performance specification. • An estimated off-site production of less than 6 months if applicable. • Low maintenance solution so as to maintain the fabric of the building and the fixtures in a cost effective manner. • Warranties: Details to be provided regarding warranties / accreditations, held by the proposed system. • Full compliance with all relevant, current, environmental legislation. Cost Summary to be provided in accordance with SMM7 and set out within the template to be provided. Any assumptions are to be listed and breakdown of miscellaneous or sundry items to be provided.
Value undisclosed
The Housing Executive is seeking to appoint a developer to deliver its vision for a residential-led, regeneration scheme on this two-acre site at Hope Street, Belfast. Hope Street is a strategically important city centre development site in an area that is benefitting from significant long term investment with the completion of the new Belfast Grand Central Station, and the commencement of the Weavers Cross mixed-use regeneration scheme on surrounding land (About Weavers Cross). The development opportunity at Hope Street is fundamentally aligned with ‘The Belfast Agenda’, Belfast City Council’s first Community Plan (Belfast Agenda) to promote inner city living with a renewed focus on delivering city centre accommodation and supporting a vibrant, liveable city centre. The area surrounding Hope Street currently comprises a mix of commercial, residential and leisure uses, and it is in close proximity to the city’s two main hospitals and universities. As the Strategic Housing Authority for Northern Ireland, the Housing Executive aims to provide a variety of housing choices at Hope Street that addresses the multi-tenure housing need in the area, including social homes and a mix of intermediate and private homes for sale or rent. The transformation of Hope Street has the potential to enhance the connectivity between the local residential community of Sandy Row and the city centre economy by creating strong links through the site to surrounding areas that are animated by vibrant, safe, green open spaces and light commercial activity.
Value undisclosed
The works to be provided under this contract will consist of Electrical Inspection and Testing of the 'fixed' electrical parts of electrical installations within NIHE's Domestic properties, to be checked (periodically inspected and tested) by a qualified and competent person within a 5-year planned cycle. The electrical installations must meet the required standards, as per BS7671, the Requirements for Electrical Installations, set out within the IET Wiring Regulations Eighteenth Edition, as amended, and current at the time of the work. The contractors will record any non-compliances with BS7671, as amended and use observation classification codes, C1, C2, C3 and FI to indicate where remedial work and or further investigation must be undertaken. If observations are made with the electrical installation, requiring classification codes C1, C2 and FI, then remedial work will be required, these remedial works should be undertaken by the Contractor during the completion of the inspection and testing. Upon completion of the remedial works relating to observations classified as C1, C2 and FI. The Contractor is to provide a fully completed Electrical Installation Condition Report with a Satisfactory overall assessment of the installation in terms of its suitability for continued use. The work also incorporates the replacement of Smoke and Heat detectors which have already achieved or will achieve a 10-year life within the next 1 year. Core Works which is Periodic Electrical Inspection and Testing including other Works, but not limited to, Electrical Installation Works, Fire Detection Alarm test and replacement Fire Detector's, and Consultancy services associated with this contract when required. All electrical work is to be undertaken by an organisation that is a registered user/subscriber to an accepted electrical licence to practice system. All electrical workers engaged in the delivery of the service must be registered with and hold a valid Licence to Practice (LtP), issued by an approved electrical Licence to Practice system as set out by the Department of Finance. LtP systems which are currently recognised as providers under the LtP initiative are SparkSafe and ECS Check Northern Ireland (provided by the Electrotechnical Certification Scheme). All electrical work is to be undertaken by an organisation that is registered, operates, and maintains a UKAS accredited third party electrical certification system. Government-approved registering bodies in Northern Ireland are NICEIC (National Inspection Council for Electrical Installation Contracting) and NAPIT (National Association of Professional Inspectors and Testers. All information contained within this notice is indicative only and subject to change at any time without notice. Full details of the Conditions of Participation and Scope will be detailed in the Associated Tender Documents. The contract is focused on Domestic properties only. Periodic Electrical Inspection & Testing to non-domestic properties will be subject to a separate procurement. Note, the total contact values (both with and without VAT) have been rounded up to the nearest 100. Precise values relating to the pre-tender estimate for each lot will be provided in the ITT.
£25,966,700
Contract value
The aim of ECM is primarily to protect the Housing Executive's built assets by maintaining the fabric of the dwellings, the external works within the curtilage and adjacent un-adopted areas. The final scope will be subject to change and contained in the final tender documents published for tender.
£180,000,000
Contract value
This competition will involve 4 lots: South Belfast East Belfast South West South Down Historically, South & East Belfast were delivered as a single contract covering approximately 10,000 units. This area will be segmented into two distinct Lots in this Competition. The lot contracts will deliver responsive maintenance, emergency repairs, void property works, civil engineering, asbestos services, fire safety works, and associated inspections across the Contracting Authority's properties within the relevant region. The Suppliers will provide a 24/7/365 responsive repairs service, undertake technical and compliance inspections, manage multi‑trade repair tasks, and support statutory landlord obligations. Services include working in occupied and unoccupied homes, communal areas, and Contracting Authority-owned land and buildings. The Suppliers must meet extensive requirements in health and safety, customer care, IT integration, appointments, reporting, social value, environmental sustainability, and performance management, and must collaborate with the Contracting Authority. No minimum volume of work is guaranteed. In accordance with the Procurement Policy Note 01/21 - Social Value in Procurement, this Contract will deliver measurable social value outcomes. Under this Procurement Suppliers will be required to support the Contracting Authority's social value objectives. Accordingly, Contract performance conditions and Award Criteria may relate, in particular, to social value. Information relating to the Pre-Tender Estimate will be provided within the Tender Notice and associated tender documents. It is expected that the following changes may be made to the associated tender documents: - Updated specification(s) - Revised Schedule of Rates from v6.3 (2007) to v8 (2022) - KPI Targets adjusted from 90-95% range to 85-90% - MAP adjusted from 80-90% range to 80-85% - Performance damages expected to be assessed on a quarterly average rather than a monthly basis - Inclusion of mechanism(s) for ongoing collaboration and joint improvement planning - 5-year flat contract term Full details of the Scope and any associated changes will be set out in the associated tender documents. The content of this notice is indicative only and subject to change with or without notice. Please note that the contract start and end dates shown herein relate solely to the South West Lot. These fields were mandatory, and the system did not allow entry of the corresponding dates for the remaining Lots. The contract start and ends dates for all Lots are, however, provided within the Planned Procurement Notice and will be provided in the ITT.
£143,742,831.98
Contract value
Housing Executive Construction Industry Engagement Event Wednesday 27 March 2024 1:30pm to 4pm Dunsilly Hotel, Antrim This event provides an opportunity for you to engage face to face with the Housing Executive, hear about our future investment plans and associated opportunities and help us to shape our new procurement strategy. Closing date for registration is 21st March, 2024. We are also offering you the opportunity to take part in one-to-one meetings with our procurement team following the event. We want to listen to you and identify ways to maximise future opportunities for working together. If you would like to book a meeting please email us at supplierengagement@nihe.gov.uk The types of work will include all areas of work related to housing and professional services.
Value undisclosed
The lot contracts will deliver responsive maintenance, emergency repairs, void property works, civil engineering, asbestos services, fire safety works, and associated inspections across the Contracting Authority's properties within the relevant region. The Suppliers will provide a 24/7/365 responsive repairs service, undertake technical and compliance inspections, manage multi‑trade repair tasks, and support statutory landlord obligations. Services include working in occupied and unoccupied homes, communal areas, and Contracting Authority-owned land and buildings. The Suppliers must meet extensive requirements in health and safety, customer care, IT integration, appointments, reporting, social value, environmental sustainability, and performance management, and must collaborate with the Contracting Authority. No minimum volume of work is guaranteed. In accordance with the Procurement Policy Note 01/21 – Social Value in Procurement, this Contract will deliver measurable social value outcomes. Under this Procurement Suppliers will be required to support the Contracting Authority's social value objectives. Accordingly, Contract performance conditions and Award Criteria may relate, in particular, to social value. Information relating to the Pre-Tender Estimate will be provided within the Tender Notice and associated tender documents. It is expected that the following changes may be made to the associated tender documents: - Updated specification(s) - Revised Schedule of Rates from v6.3 (2007) to v8 (2022) - KPI Targets adjusted from 90–95% range to 85–90% - MAP adjusted from 80–90% range to 80–85% - Performance damages expected to be assessed on a quarterly average rather than a monthly basis - Inclusion of mechanism(s) for ongoing collaboration and joint improvement planning - 5-year flat contract term Full details of the Scope and any associated changes will be set out in the associated tender documents. The content of this notice is indicative only and subject to change with or without notice.
£143,742,831.98
Contract value
The Housing Executive is considering a procurement to engage a suitably qualified and skilled supplier to develop and deliver a programme of mental health awareness training for our front line teams, and a review and refresh of the Housing Executive’s staff mental health awareness booklet (building a better understanding of mental health). The content may be focused on the following high-level key learning outcomes which will include but may not be limited to, recognising and understanding: • mental ill health (e.g. OCD, self-neglect, depression and anxiety, severe mental health illnesses, and substance misuse) and their impact on housing applicant and tenant wellbeing • behaviours associated with people who hoard and effective strategies to engage in a trauma informed way • trauma informed service approaches in a social housing context • their role, including the limits to their role, when dealing with mental ill health in a social housing context • early signs of difficulty/distress • how to support and signpost vulnerable housing applicants and tenants into the healthcare system (with specific reference to each health trust in NI) effectively, including dual diagnosis / illicit substance-misusing customers • best practice in motivating housing applicants and tenants to engage with support and how to minimise poor engagement • how to respond to mental health emergencies • how to manage conflict effectively, including using techniques specific to customers with emotional/behavioural disorders and antisocial behaviours • how to build personal resilience when dealing with customers’ mental health issues and develop strategies for self-care • dignity and respect for persons with mental ill-health. Any course designed for the purposes of meeting the above aims will also underline the non-diagnostic role of housing staff, and it will be clear that staff are not expected to be mental health practitioners / first aiders upon completion of the course. Potential Contract duration: We are considering a Contract duration of 3 years plus extensions of two periods of 12 months (i.e. 3+1+1). Number of staff to be trained: In total it is estimated that 1,100 members of staff may require training. Reflecting the varying levels of interactions Housing Executive staff have with housing applicants and tenants, delivery may consist of a three-tier training programme in mental health awareness for social housing professionals. It is envisaged that circa 130 staff may receive one-day training, circa 350 staff may receive two-day training and circa 610 staff may receive three-day training. The three tiers of training may require different levels of detail and the number of days for each tier are indicative of the depth of training required (e.g three days requiring the greatest detail). Training courses: The Housing Executive anticipates that a maximum of 15 staff members may attend each training session The training of staff will take place on weekdays only and may commence at 9.30am and finish at 4.30pm with adequate time given for morning/afternoon tea/coffee breaks and lunch. The contractor will be expected to ensure the training is provided in a supportive environment, and address and mitigate the risk that that some of the participants may find parts of the training distressing due to the sensitive nature of some of the content. The contractor may be required to supply all training materials and resources for all training sessions. The contractor may be required to monitor developments in the area of mental health and incorporate these into the course and booklet content during the contract period, subject to approval by the Housing Executive. Location of training: The training may be delivered in-person in training/conference facilities at five Housing Executive sites in Northern Ireland (with potential to be held at other venues): 1. Belfast – The Housing Centre, Adelaide Street, BT2 8PB 2. Craigavon – Housing Executive, Marlborough House, Central Way, BT64 1AJ 3. Ballymena – Housing Executive, Twickenham House, Ballymena, BT43 6BP 4. Coleraine – Housing Executive, 19 Abbey Street, Coleraine, BT52 1DU 5. Newtownards – Housing Executive, 28 Court Street, Newtownards, BT23 7NX Timetable: From date of award of contract there may be a 12 week period in which the training course and staff awareness booklet are prepared and final versions approved by the Housing Executive. As a minimum, it is envisaged that the training may be delivered as follows, however, the Housing Executive would welcome a contractor being able to run multiple courses simultaneously (subject to finalisation of timescales): Tier 3 courses x 41 may be completed within 15 months of contract award date (The same staff shall attend each of the three days of one training course.) Tier 1 courses x 9 and Tier 2 courses x 24 may be completed within 24 months of contract award date (The same staff shall attend each of the two days of one Tier 2 training course.) Following delivery of the training to the approximately 1,100 staff, the contractor may be required to provide additional training courses to assist with unanticipated increased demand, mop-up training courses, new-starts and or refresher training during the contract period. It is estimated the requirement may be for an additional two courses of each tier in each year of the contract period. If your organisation possesses the capability and expertise to provide the required service and you would like to register your interest, please e-mail your company's interest to patrice.mcmahon@nihe.gov.uk by 3pm UK time on 4 April 2025 giving your contact details i.e. name, job title, email address and contact telephone number. Please ensure only one representative from your organisation registers interest. Please be advised the Housing Executive may contact you for further information. Additional Information: The information contained in this notice, including (but not limited to) the description and classification of the requirements, CPV codes, and the estimated date of publication of contract notice, is indicative only and NIHE reserves the right to amend it at any time without. notice. NIHE shall not be liable for any costs, expenses or liabilities incurred by those participating in this notice in any way.
Value undisclosed
The works to be provided under this contract will consist of Electrical Inspection and Testing of the ‘fixed’ electrical parts of electrical installations within NIHE properties, to be checked (periodically inspected and tested) by a qualified and competent person within a 5-year planned cycle. The electrical installations must meet the required standards, as per BS7671, the Requirements for Electrical Installations, set out within the IET Wiring Regulations Eighteenth Edition, as amended. The contractor will record any non-compliances with BS7671, as amended and use observation classification codes, C1, C2, C3 and FI to indicate where remedial work and or further investigation must be undertaken. If observations are made with the electrical installation, requiring classification codes C1, C2 and FI, then remedial work will be required, these remedial works should be undertaken by the Contractor during the completion of the inspection and testing. Upon completion of the remedial works relating to observations classified as C1, C2 and FI, the Contractor must issue an Electrical Installation Condition Report (EICR). The work also incorporates the replacement of Smoke and Heat detectors which have already achieved or will achieve a 10-year life within the next 1 year. Core Works which is Periodic Electrical Inspection and Testing including other Works, but not limited to, Electrical Installation Works, Fire Detection Alarm test and replacement Fire Detector’s, and Consultancy services associated with this contract when required. The information contained within this notice is indicative only and is subject to change at any time without notice.
£27,418,875
Contract value
The Northern Ireland Housing Executive (NIHE) is seeking to appoint suitably qualified competent construction works contractors to complete major adaptations to NIHE properties in its SOUTH Region. It is envisaged that this arrangement will be on a short term basis whilst the wider strategy and new procurement process is undertaken. Currently the NIHE has a significant number of MAPDs to be completed. It is intended that each region will package together a number of projects consisting of 2/3/4 properties, based on geographically location. These packages will become standalone contracts using, typically, NEC3 ECSC for major adaptations. It is intended to to run a Pre-qualification competition using a restricted procedure approach containing the details of the packages. Economic Operators will have the opportunity as part of their completion of the PQQ submission to identify the ‘Packages’ they then wish to participate in a secondary competition should they successfully meet the Pre-qualification questionnaire criteria.
£4,500,000
Contract value
The Northern Ireland Housing Executive (NIHE) requires the provision of a practical and therapeutic hoarding support service to NIHE tenants. Prior to initiating the procurement NIHE wishes to establish the level of market interest in participating in the procurement process. The objectives of this exercise are to: - Gain an updated insight into the market capacity and potential innovative solutions and approaches; - Gain an understanding of supplier awareness, engagement and opinions; - Understand risks and issues; - Identify barriers to participation.
Value undisclosed
The scheme relates to demolition works to a block of bedsits/maisonettes in Banbridge. The works will comprise demolition of a three-storey block of dwellings made up of 10 ground floor bedsits with 10 maisonettes above to include cantilevered walkways, balconies and single/two storey stores. The site shall be left cleared for future redevelopment to improve the surrounding area and the environment for residents. The contract period will be executed in 1 continuous phase with a anticipated duration of 20 weeks. (8 weeks demolition works and 12 week lead time for liaison with NIHE/NIE and NIE mobilisation.) The contractor shall allow for potential downtime on this contract when waiting on NIE disconnections and alteration works establishing a new supply to the adjacent bungalow. This could take up to 12 working weeks. The contractor will be responsible for completing what works they can that do not affect the NIE disconnection works and also be at the discretion of NIE when works to establish the new supply to the adjacent bungalow are taking place.
£135,372
Contract value
Housing Executive Construction Engagement event in relation to works at Green End within Rathcoole Estate, Newtownabbey, County Antrim The Northern Ireland Housing Executive is finalising tender documentation for a construction works improvement scheme to provide further information ahead of the tender documentation being issued to the market mid July. The works consist of the complete re-roofing of 14Nr Blocks of flats at Green End within the Rathcoole estate, Newtownabbey. In addition, all windows and external balcony doors and sidelights are to be replaced, this will include replacement of concrete window surrounds with traditional head, cill, and jambs. The project also includes for the removal of balcony protective railing systems and provision of new with railings and bi-folding doors, removal of existing and provision of new cavity wall insulation, re-pointing all external brickwork, redecoration of communal hallways, asbestos removals and normal ECM works. All blocks of flats are 4 storeys in height and are a mixture of mid and end terrace blocks. Each block contains 8nr flats all accessed from a communal hallway. Our technical staff and consultants are hosting a supplier engagement via Microsoft ‘Teams’ at 10:30 on WEDNESDAY 12th JUNE 2024. If you wish to attend, please confirm attendance via cprocurement@nihe.gov.uk by 17:00 Monday 10th June 2024 with Name and email details of those who you wish to attend to allow NIHE to invite you to the event. Note places will be limited to two people per contractor.
Value undisclosed
In accordance with the Procurement Policy Note 01/21 – Scoring Social Value, this Contract will deliver measurable social value outcomes. Under this Procurement the Economic Operate will be required to support the Contracting Authority's social value objectives. Accordingly, Contract performance conditions and/or Award Criteria may relate, in particular, to social value. This requirement is for response maintenance and improvement works. This includes, inter alia: responsive and emergency repairs on a 24/7/365(6) basis to occupied and void properties, pest control services, commercial, fire safety and civil engineering works. Scope also includes for ad hoc demolition work and installation of bathrooms, kitchens and rewiring. Economic Operators shall refer to the Scope for details.
£20,081,635.54
Contract value
The scheme relates to multi-elemental improvements to 40 no. pre-fabricated aluminium dwellings, constructed between c. 1949 and 1950. The external shell of the dwellings will be clad with External Wall Insulation (EWI). Other works include replacement roofs, windows, doors, kitchen & bathroom replacements and new gas fired central heating to the properties. The overall scheme will contribute in improving the SAP ratings on the properties. The form of contract is expected to be NEC3 - Engineering Construction Short Contract (ECSC).
£2,415,410.88
Contract value
The Housing Executive wishes to procure suitably qualified and competent contractors to carry out works in relation to the provision of Major Adaptation Construction works to properties for Persons with a Disability throughout Northern Ireland. It is proposed to have 5 Lots in total with 4 of the Lots consisting of 3 Contractors per Lot each awarded a Contract and 1 Lot (Belfast Region), consisting of 4 Contractors, each awarded a Contract within that lot (subject to a sufficient number of compliant tenders being received) covering 5 geographical areas. This approach is subject to review and the final strategy and structure will be as detailed in the Tender documents. Subject to terms and conditions each Lot Contract will be for a period of 24 months + options to extend for two further periods of 12 months each (or part thereof). Tenderers will be assessed on a “most economically advantageous tender” basis, according to 70% price and 30% quality. The NIHE reserve the right to amend or vary this approach, with final details being contained in the Tender documents. The tender documentation is being finalised and should be published in due course (currently estimated as September 2023). This PIN is therefore to give some advance notice to the market that this tender is imminent. This potential contract is vital to address essential statutory requirements of the Contracting Authority which, directly and indirectly, impact the health, safety, mental and physical wellbeing of our customers, including those whom may be at risk It is anticipated that tenderers will be able to bid for a maximum of 3 Lot contracts and be limited to winning a maximum of 2 Lot contracts (however the Contracting Authority reserves the right to increase this to 3 as will be set out in the tender documentation). For instance, in the event that there are some unallocated Lot contracts once all tenderers have been allocated 2 Lot contracts after the award sequence has been completed, the Contracting Authority reserves the right to re-run the award sequence to be outlined in the Tender documents provided the Economic Operator has submitted a Price List Offer for the unallocated Lot contract and use their total tender score to continue to award Lots in the order detailed in the Tender documents. For the avoidance of doubt, no tenderer will be awarded more than three Lot contracts). The proposed areas to be covered by the contract and current estimated annual values are as follows (please note the pre-tender estimated values will be detailed in the Tender documents): Lot 1 North Region - East Area and South Antrim Area – GBP1million Lot 2 South Region – South 2, Mid Ulster and South West Areas – GBP1.75million Lot 3 South Region – South 1, North Down / Ards & South Down Area - £1.74million Lot 4 North Region – West and Causeway Areas – GBP2.1million Lot 5 Belfast Region – Belfast areas – GBP1.5million (NB It is envisaged that Lots 1-4 will consist of 3 Contractors per Lot with Lot 5 consisting of 4 Contractors) The actual value for each Lot shall be subject to change in line with the Contracting Authorities requirements. The Tender will be advertised using the Open Procedure. Each lot contract will be awarded to the most economically advantageous tender with the award criteria 70 percent Price and 30 percent Quality (which includes an assessment on social value of a minimum 10 percent). All information contained within this PIN such as, the above tender strategy, indicative date of publication of the contract notice, and scope of works is subject to change at the Contracting Authorities absolute discretion.
£34,558,545
Contract value
Further to Prior Information Notice 2023/S 000-009207 whereby the Contracting Authority sought responses to an RFI, we are currently finalising documentation to issue to tender (currently aiming week commencing 31st July 2023). Please note details of the results of the RFI and the Contracting Authority response are found on our website: The Housing Executive - Doing business with the Housing Executive (nihe.gov.uk) The Northern Ireland Housing Executive is a landlord providing over 85,000 social homes for rent across Northern Ireland and is responsible for the maintenance, repair, servicing, replacement of boilers and heating systems within its properties to meet its obligations as a landlord where the Contracting Authority requires work to be undertaken across all three regions. The scope of the requirement will be Periodic Servicing and Inspections and Routine and Comprehensive Responsive Maintenance as well as renewal of whole house Heating Installation or Boiler. Note it is anticipated that Low Carbon Technologies will be introduced during the term of the proposed contract. The heating installation and maintenance service programme has a key role in the delivery of the corporate plan’s vision, ‘everyone is able to live in an affordable, sustainable and decent home, appropriate to their needs, in a safe and climate-resilient place,’ and corporate sustainable development strategy aim for the built environment, ‘reduce energy demand, principally through a fabric first approach to reduce fuel poverty and deliver net zero heating in order to reduce carbon emissions in line with the national target of Net Zero. NIHE intends to advertise a competition to source suitable Economic Operators to support NIHE in providing this statutory service on eTendersNI in summer 2023 with a contract start date of 1st May 2024. It is anticipated that the initial contract will be for a period of 3 years with the option to extend for a further period of up to 4 years (potential total period of 7 years) however this is subject to change at the Contracting Authorities discretion. The proposed areas to be covered by the contract and current estimated annual values are as follows (please note the pre-tender estimated values will be detailed in the Tender documents): Lot 1 – Belfast (North / West Belfast) - GBP10.5million Lot 2 – South (Mid Ulster / South Area / South West Area) – GBP12.5million Lot 3 – North (Causeway Area/ West Area) – GBP13million Lot 4 – Belfast (South and East Belfast / Lisburn and Castlereagh) – GBP10million Lot 5 – North (South Antrim / East Area) – GBP11.7million Lot 6 – South (North Down Ards / South Down) – GBP10.1million The actual value for each Lot shall be subject to change in line with the Contracting Authorities requirements. The Tender will be advertised using the Open Procedure. Each lot will be awarded to the most economically advantageous tender with the award criteria 60 percent Price and 40 percent Quality (which assessment on social value of a minimum 10 percent). The successful Economic Operators will be required to provide a minimum of 50 percent of the Social Value points from paid employment opportunities, including a minimum of 3 directly employed trade apprentices per year of the contract. Economic Operators are asked to note that the deadline for requesting clarifications will be set at 14 days from the tender submission deadline. All information contained within this PIN such as, the above tender strategy, indicative date of publication of the contract notice, and scope of works is subject to change at the Contracting Authorities absolute discretion.
£603,868,668
Contract value
The Contracting Authority recently published a Contract Notice for response maintenance and improvement works in mid and east Antrim. Economic Operators must disregard the date shown in section II.3) Estimated date of publication of contract notice of this PIN because the Contract Notice was published on 26th September 2022.
£11,074,830
Contract value
The potential competitive process associated with this Notice is supported by the PEACEPLUS programme, managed by the Special EU Programmes Body (SEUPB). The requirement relates to the potential procurement of a range of professional services to support drilling of geothermal boreholes and the Installation of heat pumps at NIHEs Cloughfern site. This work aims to facilitate a ground source heat pump system and demonstrate how this emerging technology can be used to heat residential properties. Should a competition proceed, full details of the scope will be set out in the procurement documents, which will be made available on eTendersNI. On 5th November 2025 a Prior Information Notice was published in the Official Journal of the European Union relating to this requirement, Notice Publication Number: 733404 - 2025, OJ S Issue Number: 213/2025. Please Note: The views and opinions expressed in this document do not necessarily reflect those of the Special EU Programmes Body (SEUPB) or the Programme funders.
Value undisclosed
The Northern Ireland Housing Executive (NIHE) is seeking to appoint suitably qualified competent construction works contractors to complete major adaptations to NIHE properties in its NORTH Region. It is envisaged that this arrangement will be on a short term basis whilst the wider strategy and new procurement process is undertaken. Currently the NIHE has a significant number of MAPDs to be completed. It is intended that each region will package together a number of projects consisting of 2/3/4 properties, based on geographically location. These packages will become standalone contracts using, typically, NEC3 ECSC for major adaptations. It is intended to to run a Pre-qualification competition using a restricted procedure approach containing the details of the packages. Economic Operators will have the opportunity as part of their completion of the PQQ submission to identify the ‘Packages’ they then wish to participate in a secondary competition should they successfully meet the Pre-qualification questionnaire criteria.
£4,000,000
Contract value
Showing 1–20 of 37 contracts