Loading page content…
Loading page content…
15 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
The Contracting Authority, Radius Housing Association Ltd owns and manages nearly 13,000 general needs, sheltered and supported housing schemes in and around Northern Ireland. Their mission is to create strong and sustainable communities where people flourish and they are committed to making a positive difference to peoples' lives. The quality of the works they provide is therefore of paramount importance in ensuring customer safety and customer satisfaction in the services to be delivered. Radius Housing are seeking to appoint Providers to deliver the works for heating servicing, repairs and new installation works to the highest possible standards and who have a proven track record in the delivery of these services. The successful Contractors must be able to show a commitment to providing effective services that provide value for money and demonstrate a commitment to addressing social inclusion. The Contract will be for an an initial 3 years commencing on or about the 1st October 2022 with an option for three further extensions each of 2 years up to a maximum of 9 years
£30,572,100
Contract value
The Contracting Authority, Radius Housing Association Ltd owns and manages nearly 13,000 general needs, sheltered and supported housing schemes in and around Northern Ireland. Their mission is to create strong and sustainable communities where people flourish and they are committed to making a positive difference to peoples' lives. The quality of the works they provide is therefore of paramount importance in ensuring customer safety and customer satisfaction in the services to be delivered. Radius Housing are seeking to appoint Providers to deliver the works for Responsive Repairs, Voids, Aids and Adaptations, and Planned Maintenance Work to the highest possible standards and who have a proven track record in the delivery of these services. The successful Contractors must be able to show a commitment to providing effective services that provide value for money and demonstrate a commitment to addressing social inclusion. The Contract will be for an an initial 3 years commencing on or about the 1st March 2023 with an option for three further extensions each of 2 years up to a maximum of 9 years
Value undisclosed
Radius Housing are seeking to appoint a suitable Supplier of Electricity for it’s communal landlord areas and other buildings. Scope of Services and Specification Summary: • A 12 month contract (with the Radius having the option of a further 12 months) is required, anticipated to commence July 2025. • Electricity supply is across multiple tariffs on a flexible priced basis. • Only electricity suppliers licensed by the Northern Ireland Utility Regulator are eligible to make submissions under this tender. • Information on electricity consumption and the number of sites (MPRNs) has been provided by the Association within the Tender package. However, information may be subject to minor changes and consumption may vary. • Additional sites may be added to any contracts during the contract term. • Rates are to be variable with a fixed margin • Prices should be all inclusive with the exception of VAT, which will be added at a rate of 5%. • Sites are understood to be exempt from climate change levy. • Group billing must be provided along with an online billing facility / customer portal. • Payments from the Association are expected to be via Direct Debit with terms to be agreed. The contract will be procured in accordance with the Open Procedure as set out at Regulation 20(2(a)) of The Procurement Act 2023 (the Act or PA23). 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. Radius have considered the use of Lots for this contract but do not believe the use of Lots are suitable due the limited number of sites the services are to be carried out in.
£6,000,000
Contract value
Radius Housing are seeking to appoint a suitable Supplier of Natural Gas for it’s communal landlord areas and other buildings. Scope of Services and Specification Summary: • The requirement has been divided into 2 regional lots based on supply areas. (Lot 1 – Phoenix network area & Lot 2 – Firmus network area). • Tenderers may bid for one or all lots and tenderers may be successful for one or all lots. • A 12 month contract (with the Radius having the option of a further 12 months) is required, anticipated to commence July 2025. • Gas supply is across multiple regions on a flexible priced basis. • Only natural gas suppliers licensed by the Northern Ireland Utility Regulator are eligible to make submissions under this tender. • Information on gas consumption and the number of sites has been provided by the Association within the Tender package. However, information may be subject to minor changes and consumption may vary. • Additional sites may be added to any contracts during the contract term. • Rates are to be variable with a fixed margin • Prices should be all inclusive with the exception of VAT, which will be added at a rate of 5%. • Group billing must be provided along with an online billing facility / customer portal. • Payments from the Association are expected to be via Direct Debit with terms to be agreed. The contract will be procured in accordance with the Open Procedure as set out at Regulation 20(2(a)) of The Procurement Act 2023 (the Act or PA23). 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. Radius have considered the use of Lots for this contract and have identified 2 suitable Lots.
£5,000,000
Contract value
The Contract is for the provision of Cleaning and Waste Management 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: • Cleaning of communal areas including entrances, hallways, corridors, lifts, driveways, paths and bin stores. • Cleaning of offices and; • Adhoc specialist clean • Adhoc domestic cover • Waste management services The Service Information defines the cleaning tasks to be undertaken and the frequency at which these tasks are to be completed at each site. It is for the contractor to determine the amount of time needed each period to deliver the services specified. Details of individual properties, the frequency of cleaning and the facilities available is set out in the Service Information (Document 2) and the Asset List included in the Pricing Document.
£8,000,000
Contract value
The proposed construction works contract is for the 1st section of a residential development on a greenfield site on the Glen Road, Hannahstown, Belfast. This phase is for the provision of 140 social housing units that includes a housing mix of 73 homes including split level units, 2 wheelchair accessible bungalows and 65 apartments within 7 blocks including 1 ‘Happi Principles’ block which includes additional communal spaces. The site also includes extensive landscaping, a children’s play park, amenity space and other ancillary works. Alongside the 140 units a programme of site wide enabling works will also be undertaken. The contract will be for approximately 36 months from date of award and is scheduled to start in March 2026 with the ITT documentation being issued in Q3/4 2025. Full details can be found under section 7- Competition Details. In addition to section 1 Radius Homes reserve the right to award an additional contract for the 2nd section of the site approximately 120 units which the enabling works will have been carried out for subject to satisfactory performance on the first contract and a value for money solution being agreed between the parties. This is a permitted modification described under section 74 and schedule 8 of the Procurement Act 2023.
£60,000,000
Contract value
Radius Housing seek to appoint suitably skilled and experienced Contractors to a Planned Maintenance Contractor Framework Tenderers may apply for a single work Lot, i.e. Lot 1 or Lot 2, or apply for both Lots, subject to fulfilling the Eligibility Criteria as outlined in the CFP Stage 1 Eligibility Questionnaire for each Lot. LOT 1 CYCLICAL MAINTENANCE/MINOR WORKS PROJECTS: Lot 1 will primarily be for planned maintenance type works that are generally of a cyclical nature (ie kitchen replacement, bathroom replacement, window replacement etc) or for other minor works type individual projects which may include adaptations for people with disabilities, extensions, minor internal alterations etc and up to anticipated individual contract value of circa £750,000.00. However, Radius reserves the right to call-off aPage 2 to 10 contract of any value for this lot. In addition to occupied properties, works under Lot 1 may also include void properties where applicable. The indicative estimated annual spend for Lot 1 will be in the region of £5,000,000.00 to £8,000,000.00 p.a. LOT 2 MULTI ELEMENTAL IMPROVEMENTS: Lot 2 will be for larger Multi Element Improvement projects. These works will include significant refurbishment works to multiple units and/or communal spaces, or for other works that fall outside of the remit of Lot 1. There is no upper limit for Lot 2 projects, but it is expected that projects will generally range from £500,000.00 to £2,500,000.00 (but possible that projects of up to £5,000,000.00 may occur). However, Radius reserves the right to call-off a contract of any value for this lot. In addition to occupied properties, works under Lot 2 may also include void properties where applicable. The indicative annual estimated spend for Lot 2 will be in the region of £5,000,000.00 - £8,000,000.00 p.a. The estimated spend noted above is indicative only and Radius Housing cannot guarantee that these amounts will be spent annually on each Lot. Radius Housing will permit Tenderers to apply for both Lot 1 and Lot 2 or for a single Lot only. Tenderers will indicate their preference within the CFP Stage 1 (Eligibility Questionnaire).
£64,000,000
Contract value
Radius Housing seek to appoint suitably skilled and experienced Contractors to a Planned Maintenance Contractor Framework Tenderers may apply for a single work Lot, i.e. Lot 1 or Lot 2, or apply for both Lots, subject to fulfilling the Eligibility Criteria as outlined in the CFP Stage 1 Eligibility Questionnaire for each Lot. LOT 1 CYCLICAL MAINTENANCE/MINOR WORKS PROJECTS: Lot 1 will primarily be for planned maintenance type works that are generally of a cyclical nature (ie kitchen replacement, bathroom replacement, window replacement etc) or for other minor works type individual projects which may include adaptations for people with disabilities, extensions, minor internal alterations etc and up to anticipated individual contract value of circa £750,000.00. However, Radius reserves the right to call-off a contract of any value for this lot. In addition to occupied properties, works under Lot 1 may also include void properties where applicable. The indicative estimated annual spend for Lot 1 will be in the region of £5,000,000.00 to £8,000,000.00 p.a. LOT 2 MULTI ELEMENTAL IMPROVEMENTS: Lot 2 will be for larger Multi Element Improvement projects. These works will include significant refurbishment works to multiple units and/or communal spaces, or for other works that fall outside of the remit of Lot 1. There is no upper limit for Lot 2 projects, but it is expected that projects will generally range from £500,000.00 to £2,500,000.00 (but possible that projects of up to £5,000,000.00 may occur). However, Radius reserves the right to call-off a contract of any value for this lot. In addition to occupied properties, works under Lot 2 may also include void properties where applicable. The indicative annual estimated spend for Lot 2 will be in the region of £5,000,000.00 - £8,000,000.00 p.a. The estimated spend noted above is indicative only and Radius Housing cannot guarantee that these amounts will be spent annually on each Lot. Radius Housing will permit Tenderers to apply for both Lot 1 and Lot 2 or for a single Lot only. Tenderers will indicate their preference within the CFP Stage 1 (Eligibility Questionnaire).
£64,000,000
Contract value
The Contracting Authority wishes to procure a Framework with two (2) Integrated Design Teams for a multi-disciplined Integrated Design Team (IDT) to carry out the Services. This Framework is to cover Services in relation to Planned Maintenance Services and Repair Works which the Authority provides. The Framework Member(s) appointed to this Framework will be required to provide full Integrated Design Team Professional Services to Radius Housing Association. The Works that will be required include but are not limited to the following:- • Major refurbishment, rehabilitation, and damp remediation works. • Replacement/refurbishment of kitchens, bathrooms, doors, windows, heating systems, electrical wiring, and roofing (including structural alterations, roof lights, and cavity wall insulation). • Fire safety works, including upgrade/replacement of fire doors, compartmentation and fire stopping. • External works such as pathways, ramps, railings, parking improvements, and surface treatments. • Development works, including acquisition and adaptation of existing properties. • Internal/external redecoration and space reconfiguration. • General external works, including gutter/drain repairs, roof treatments, and cleaning. • Works to ensure compliance with the Disability Discrimination Act. • Works to ensure compliance with equality, accessibility, and safeguarding legislation. • Investigation of structural defects, with costed remedial recommendations. • Design and supervision of remedial works, including tendering support. • Sustainability projects, including EPC reporting, assessments, and improvement works. • Other maintenance and compliance-related works arising during the Framework term. The Works as outlined above and the Services associated with same, are subject to change dependent upon the requirements of the Contracting Authority and the nature of funding obtained and approvals received for each project. The Contracting Authority does not guarantee that any (or all) of the Services will be required or awarded under the Framework. The successful Framework Member will be required to advise as to whether Planning, Building Control approval and/or any other regulatory approvals are required for Works arising out of an appointment under the framework and will make representations to the relevant authorities in this regard. Completed projects must have a structural life expectancy of at least 30 years. The Authority's stock comprises a variety of house types including but not limited to Flats in Blocks and individual houses in the following categories: • General Needs accommodation, • Sheltered , • Supported Housing and Care Homes' sectors, • Hostels and • Office accommodation. The above outline of current stock is indicative only. Suppliers should note that at any time the stock may be increased during the Framework period by way of development, mergers, acquisitions or stock transfer from other Contracting Authorities.
£3,000,000
Contract value
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