Loading page content…
Loading page content…
46 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Each Development (an individual Development Contract) is for the provision of social housing units in the Mid and East Antrim Council Area by means of design and build, where the Developer provides the land, designs, constructs and completes the scheme for Radius in accordance with the DfC Housing Association Guide, Employers Requirements and statutory body requirements. Radius will consider mixed tenure developments that is where some of the homes are designed and built to be social housing and some may be private or affordable standard homes. It is a programme requirement to commence the construction of the units no later than March 2026 with an envisaged construction period of no more than 24 months. The units can be delivered over a number of sites or on one site. In the interests of providing an efficient housing management service, any one site must provide a minimum of 10 units. The developers proposals must ensure each site includes a range of house types. It is a normal assumption from NIHE that 10% of any development should consist of standard wheelchair accommodation.
£20,000,000
Contract value
Each Development (an individual Development Contract) is for the provision of social housing units in the East Belfast area by means of design and build, where the Developer provides the land, designs, constructs and completes the scheme for Radius in accordance with the DfC Housing Association Guide, Employers Requirements and statutory body requirements. Radius will consider mixed tenure developments that is where some of the homes are designed and built to be social housing and some may be private or affordable standard homes. It is a programme requirement to commence the construction of the units no later than March 2026 with an envisaged construction period of no more than 24 months. The units can be delivered over a number of sites or on one site. In the interests of providing an efficient housing management service, any one site must provide a minimum of 10 units. The developers proposals must ensure each site includes a range of house types. It is a normal assumption from NIHE that 10% of any development should consist of standard wheelchair accommodation.
£20,000,000
Contract value
The Contract is for the provision of periodic Electrical Condition Inspection Reporting (EICR) services including remedial repairs to Radius Housing stock throughout Northern Ireland.as fully described in Document 2 Service Information. It is the intention of Radius Housing to award a contract to a single provider for the service which includes Electrical Installation Condition Reports (EICRs) for all designated domestic dwellings within the Radius Housing’s portfolio, in accordance with the requirements of BS 7671 (current edition, AMD2:2022) and IET Guidance Note 3. All installations must be inspected and tested at the required frequency (5 years for residential and communal areas, or sooner if recommended). The Service Provider is responsible for the completion of a compliant EICR, including schedules of inspections, test results, and observations with associated coding. The contract will have a number of distinct elements that the successful service provider must fulfil. 1. Historic Testing Regime – developing and carrying out a programme of inspection and testing to approximately 7,500 properties which must be completed within 24 months of contract award. 2. Annual Testing Regime – developing and carrying out an annual programme of inspection and testing for properties which fall due within the Radius financial year (01 April – 31 March). 3. Remedial Repairs and Replacements – Optional service at Radius’ discretion to instruct the Service provider to make good on any element that has failed the testing and inspection or is likely to fail or is obsolete.
£3,000,000
Contract value
The Contract is for the provision of Security Services as fully described in Document 2 Service Information. It is the intention of Radius Housing to award a contract to a single provider for the service which includes: • Manned/Static Security Service (Ad-hoc and reoccurring) • Routine Mobile Patrols (Ad-hoc and reoccurring) • ASB Response Service • Fire Warden Service • Emergency Key Holding (including Fire and Intruder Alarm Response) to include emergency call out service • Accompanying staff to properties where a safety risk has been identified • Personal service of legal documentation on behalf of Association • Void Property Check as agreed with the Radius Asset Team, on a two (2) weekly basis (inspection service of property doors, windows, roof and area inside letterbox) • Opening and closing of playparks Details of individual properties, the frequency of services required are set out in the Service Information (Document 2) and associated appendices.
£1,260,000
Contract value
The Contracts to be awarded are for the provision of Water Hygiene Legionella Risk Assessment Testing & Servicing Services and Remedial Works as fully described in Document 2 Service Information. The Services have been split into 2 lots: Lot 1: Legionella Risk Assessment Testing & Servicing Services Lot 2: Water Hygiene Remedial Works Tenderers may be bid for any or all lots providing they meet the criteria indicated in the procurement documentation but may only be successful in 1 Lot. Lot 1 and Lot 2 will be initially evaluated separately and Tenderers are advised that the Contracts will be evaluated and awarded in the order of Lot 1 followed by Lot 2. This will mean that the Most Advantageous Tender for Lot 1 will be ineligible to be successful in Lot 2 and their evaluation scores will not be used in the assessment with other Tenderers for Lot 2. Radius however reserve the right to award both Lots to a single bidder if there are no other suitable, compliant or value for money bids as a result of this Procurement Competition. The contracts will be for a period of three (3) years with two (2) options to extend for twelve (12) months each up to a maximum total duration of five (5) years, Extensions will be awarded subject to satisfactory performance and at the sole discretion of the Employer. The contracts for each lot are individual and separate and may commence and / or terminate at different dates and may be different duration. The contract will be procured in accordance with the Competitive Flexible Procedure as set out at Regulation 20(2(b)) of The Procurement Act 2023 (the Act or PA23). This Competitive Flexible shall consist of an initial stage where tenderers will submit their Conditions of Participation, and their quality and cost (Award Stage) offer. The Contracting Authority may award the procurement competition to the Most Advantageous Tender after the assessment of this initial stage. However, the Contracting Authority reserves the right at its sole discretion to conduct further price only stages and to issue refined service or contract information. The additional stages may be run for Lot 1, lot 2 or both; Revised Pricing will be assessed and will be combined with the Quality scores to provide a new Most Advantageous Tender. The Contracting Authority also reserves the right at its sole discretion following the completion of the evaluation of all responses and the identification of the Most Advantageous Tender according to the award criteria to enter dialogue with the most advantageous tenderer in order to refine elements of the contract, service, specification, social value offer, sustainability and or cost prior to the execution of the contract. Nothing stated in this ITT or during the Competition is or shall be relied on as a promise or representation as to the future or a commitment by the Authority to award or enter into any contract. The Association reserves the right to not award to the lowest or any tender or to discontinue this Procurement Competition at any time.
£3,500,000
Contract value
Radus intend to appoint one (1) contractor for the full provision of service delivery under this contract. A full description of the requirements can be found in Document 02 – Scope of Services The contract is estimated to be above the threshold were the Procurement Act 2023 applies. The Procurement method to be utilised is a Competitive Flexible Procedure as set out at Regulation 20(2(b)) of The Procurement Act 2023 (the Act or PA23). This Competitive Flexible shall consist of a number of stages outlined below and explained in further detail throughout this document and in subsequent documents as the procurement exercise will progress: STAGE 1: Conditions of Participation (CoP) The CoP Stage allows for the pre-qualification of Contractors and will provide Radius with sufficient information to allow Contractors to be selected for further stages. Contractors’ responses will be evaluated against the criteria set out in these Instructions and the accompanying documents in this CoP Package (CoPP). Contractors must respond to all the questions in the CoPP and must provide all the supporting information requested. STAGE 2: Tender Stage Contractors short-listed from the pre-qualification process will be invited to participate in a competitive tender process. Shortlisted Tenderers will be issued with comprehensive tender documents which shall provide sufficient information for tenderers to submit a bid. The Award Criteria shall be on the basis of Most Advantageous Tender or Lowest Acceptable Cost. Radius Housing reserve the right to run multiple stages in the procurement competition in order to identify the Most Advantageous Tender. The Tender Stage Instructions will provide full details of this stage. STAGE 3: Post Tender Negotiation (Optional) The Contracting Authority may award the procurement competition to the Most Advantageous Tender / Lowest Acceptable Cost after the assessment Stage 2. The Contracting Authority also reserves the right at its sole discretion following the completion of the evaluation of all responses and the identification of the Most Advantageous Tender / Lowest Acceptable Cost Offer according to the award criteria to enter dialogue with the most advantageous tenderer in order to refine elements of the contract, service, specification, social value offer, sustainability and or cost prior to the execution of the Framework Agreement and or Call Off contracts. Nothing stated in this ITT or during the Competition is or shall be relied on as a promise or representation as to the future or a commitment by the Authority to award or enter into any contract. The Contracting Authority reserves the right to not award to the lowest or any tender or to discontinue this Procurement Competition at any time.
£3,600,000
Contract value
Showing 41–46 of 46 contracts