Buyer Name: Radius Housing Association
Buyer Address: 3 - 7 Redburn Square, Holywood, UKN09, BT18 9HZ, United Kingdom
Contact Email: procurement@radiushousing.org
Buyer Name: Radius Housing Association
Buyer Address: 3 - 7 Redburn Square, Holywood, UKN09, BT18 9HZ, United Kingdom
Contact Email: procurement@radiushousing.org
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).
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/060582-2025
Link Description: Tender notice on Find a Tender
Lot Title: CYCLICAL MAINTENANCE/MINOR WORKS PROJECTS
Lot Description: 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 1 Status: active
Lot 1 Value: GBP 32,000,000
Lot 1 Value (Gross): GBP 38,400,000
Lot 1 Contract Start: 2026-04-01T00:00:00+01:00
Lot 1 Contract End: 2028-03-31T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (price): Price (1)
Lot 1 Award Criterion (quality): Quality Assessment (2)
Lot 1 Award Criterion (quality): Social Value (3)
Lot Title: MULTI ELEMENTAL IMPROVEMENTS
Lot Description: 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.
Lot 2 Status: active
Lot 2 Value: GBP 32,000,000
Lot 2 Value (Gross): GBP 38,400,000
Lot 2 Contract Start: 2026-04-01T00:00:00+01:00
Lot 2 Contract End: 2028-03-31T23:59:59+01:00
Lot 2 SME Suitable: Yes
Lot 2 Award Criterion (quality): Quality (1)
Lot 2 Award Criterion (price): Price (2)
Lot 2 Award Criterion (quality): Social Value (3)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PQTY-5785-DJHJ",
"name": "Radius Housing Association"
},
"date": "2025-09-29T15:21:34+01:00",
"id": "060582-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-05a436",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Holywood",
"postalCode": "BT18 9HZ",
"region": "UKN09",
"streetAddress": "3 - 7 Redburn Square"
},
"contactPoint": {
"email": "procurement@radiushousing.org"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
},
{
"description": "Northern Irish devolved regulations apply",
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS"
}
]
},
"id": "GB-PPON-PQTY-5785-DJHJ",
"identifier": {
"id": "PQTY-5785-DJHJ",
"scheme": "GB-PPON"
},
"name": "Radius Housing Association",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-03-02T23:59:59+00:00"
},
"description": "Radius Housing seek to appoint suitably skilled and experienced Contractors to a Planned Maintenance Contractor Framework\nTenderers 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.\nLOT 1 CYCLICAL MAINTENANCE/MINOR WORKS PROJECTS: \nLot 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 \u00a3750,000.00. 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 \u00a35,000,000.00 to \u00a38,000,000.00 p.a. \nLOT 2 MULTI ELEMENTAL IMPROVEMENTS: \nLot 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 \u00a3500,000.00 to \u00a32,500,000.00 (but possible that projects of up to \u00a35,000,000.00 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 \u00a35,000,000.00 - \u00a38,000,000.00 p.a. \nThe estimated spend noted above is indicative only and Radius Housing cannot guarantee that these amounts will be spent annually on each Lot.\nRadius 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). ",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2025-09-29T15:21:34+01:00",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "060582-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/060582-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-10-20T15:00:00+01:00"
},
"expressionOfInterestDeadline": "2025-10-27T15:00:00+01:00",
"hasRecurrence": true,
"id": "RAD174",
"items": [
{
"additionalClassifications": [
{
"description": "Building surveying services",
"id": "71315300",
"scheme": "CPV"
},
{
"description": "Construction management services",
"id": "71540000",
"scheme": "CPV"
},
{
"description": "Quantity surveying services",
"id": "71324000",
"scheme": "CPV"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Building surveying services",
"id": "71315300",
"scheme": "CPV"
},
{
"description": "Construction management services",
"id": "71540000",
"scheme": "CPV"
},
{
"description": "Quantity surveying services",
"id": "71324000",
"scheme": "CPV"
}
],
"id": "2",
"relatedLot": "2"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "Price",
"name": "Price",
"numbers": [
{
"number": 1,
"weight": "order"
}
],
"type": "price"
},
{
"description": "Quality Assessment ",
"name": "Quality Assessment",
"numbers": [
{
"number": 2,
"weight": "order"
}
],
"type": "quality"
},
{
"description": "Social Value Assessment ",
"name": "Social Value",
"numbers": [
{
"number": 3,
"weight": "order"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2028-03-31T23:59:59+01:00",
"maxExtentDate": "2030-03-31T23:59:59+01:00",
"startDate": "2026-04-01T00:00:00+01:00"
},
"description": "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 \u00a3750,000.00. 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 \u00a35,000,000.00 to \u00a38,000,000.00 p.a. ",
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "The anticipated duration of the Framework Agreement will be for an initial period of twenty four (24) months with an option to extend for two (2) further periods of twelve (12) months each."
},
"status": "active",
"suitability": {
"sme": true
},
"title": "CYCLICAL MAINTENANCE/MINOR WORKS PROJECTS",
"value": {
"amount": 32000000,
"amountGross": 38400000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Quality Assessment ",
"name": "Quality",
"numbers": [
{
"number": 1,
"weight": "order"
}
],
"type": "quality"
},
{
"description": "Price",
"name": "Price",
"numbers": [
{
"number": 2,
"weight": "order"
}
],
"type": "price"
},
{
"description": "Social Value Assessment ",
"name": "Social Value",
"numbers": [
{
"number": 3,
"weight": "order"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2028-03-31T23:59:59+01:00",
"maxExtentDate": "2030-03-31T23:59:59+01:00",
"startDate": "2026-04-01T00:00:00+01:00"
},
"description": "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 \u00a3500,000.00 to \u00a32,500,000.00 (but possible that projects of up to \u00a35,000,000.00 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 \u00a35,000,000.00 - \u00a38,000,000.00 p.a. ",
"hasRenewal": true,
"id": "2",
"renewal": {
"description": "The anticipated duration of the Framework Agreement will be for an initial period of twenty four (24) months with an option to extend for two (2) further periods of twelve (12) months each."
},
"status": "active",
"suitability": {
"sme": true
},
"title": "MULTI ELEMENTAL IMPROVEMENTS",
"value": {
"amount": 32000000,
"amountGross": 38400000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "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:\nSTAGE 1:\tConditions of Participation (CoP)\nThe 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.\nContractors\u2019 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.\nSTAGE 2:\tTender Stage\nContractors 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.\nSTAGE 3:\tPost Tender Negotiation (Optional)\nThe 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.\nNothing 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."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"recurrence": {
"dates": [
{
"startDate": "2029-10-01T23:59:59+01:00"
}
]
},
"status": "active",
"submissionMethodDetails": "https://etendersni.gov.uk/",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"description": "Please refer to the tender documents for full details.",
"method": "withAndWithoutReopeningCompetition",
"type": "closed"
},
"hasFrameworkAgreement": true
},
"title": "PLANNED MAINTENANCE CONTRACTOR FRAMEWORK",
"value": {
"amount": 64000000,
"amountGross": 76800000,
"currency": "GBP"
}
}
}