Section one: Contracting authority
one.1) Name and addresses
Radius Housing
Radius House
Belfast
BT9 6AA
Contact
via eTenders messaging
gerard.mcfadden@radiushousing.org
Telephone
+44 3301230888
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etendersni.gov.uk/epps
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
R0055 - RESPONSIVE REPAIRS, VOIDS, AIDS AND ADAPTATIONS AND PLANNED MAINTENANCE WORKS
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The contract will be for a period of three (3) years with three (3) options to extend for two (2) years each up to a maximum total duration of nine (9) years subject to satisfactory performance and at the sole discretion of the Employer. The estimated contract value is £108m (£12m per annum). The contract is divided in to two non-geographic lots which cover the entirety of Northern Ireland and have a range of the associations housing and tenure types. The lots are: 1. Lot 1 has 5,291 General needs properties, 295 SLA/JMAs properties and 1,327 Sheltered/Fold properties. A total of 6,913. 2. Lot 2 as 5,268 General needs properties, 253 SLA/JMAs properties and 1,307 Sheltered/Fold properties. A total of 6,878. Contractors may bid for either or both lots, but Radius will appoint two different contractors, one for each lot. Should the same Contractor be ranked first for both lots, the Employer will make the appointments based on the most economically advantageous solution to them across the two Lots. The second placed contractor will be appointed to the remaining Lot. The successful Contractors may be requested to carry work in any area of NI to support the other Contractor where required, either due to peaks in workload or for any other reason. The form of contract will be the NEC3 Term Service Contract, Option A. The Contract Data is attached at Document 5. A full description of the required service is provided in Document 2 – Service Information.
two.1.5) Estimated total value
Value excluding VAT: £108,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
1
Lot No
1
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 45420000 - Joinery and carpentry installation work
- 44230000 - Builders' carpentry
- 45330000 - Plumbing and sanitary works
- 45332200 - Water plumbing work
- 45311200 - Electrical fitting work
- 45311000 - Electrical wiring and fitting work
- 45441000 - Glazing work
- 45440000 - Painting and glazing work
two.2.3) Place of performance
NUTS codes
- UKN - NORTHERN IRELAND
two.2.4) Description of the procurement
The contract will be for a period of three (3) years with three (3) options to extend for two (2) years each up to a maximum total duration of nine (9) years subject to satisfactory performance and at the sole discretion of the Employer. The estimated contract value is £108m (£12m per annum). The contract is divided in to two non-geographic lots which cover the entirety of Northern Ireland and have a range of the associations housing and tenure types. The lots are: 1. Lot 1 has 5,291 General needs properties, 295 SLA/JMAs properties and 1,327 Sheltered/Fold properties. A total of 6,913. 2. Lot 2 as 5,268 General needs properties, 253 SLA/JMAs properties and 1,307 Sheltered/Fold properties. A total of 6,878. Contractors may bid for either or both lots, but Radius will appoint two different contractors, one for each lot. Should the same Contractor be ranked first for both lots, the Employer will make the appointments based on the most economically advantageous solution to them across the two Lots. The second placed contractor will be appointed to the remaining Lot. The successful Contractors may be requested to carry work in any area of NI to support the other Contractor where required, either due to peaks in workload or for any other reason. The form of contract will be the NEC3 Term Service Contract, Option A. The Contract Data is attached at Document 5. A full description of the required service is provided in Document 2 – Service Information.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £54,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
Initial 3 years + 2 + 2 + 2
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
2
Lot No
2
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 50000000 - Repair and maintenance services
- 45420000 - Joinery and carpentry installation work
- 44230000 - Builders' carpentry
- 45330000 - Plumbing and sanitary works
- 45332200 - Water plumbing work
- 45311200 - Electrical fitting work
- 45311000 - Electrical wiring and fitting work
- 45441000 - Glazing work
- 45440000 - Painting and glazing work
two.2.3) Place of performance
NUTS codes
- UKN - NORTHERN IRELAND
two.2.4) Description of the procurement
The contract will be for a period of three (3) years with three (3) options to extend for two (2) years each up to a maximum total duration of nine (9) years subject to satisfactory performance and at the sole discretion of the Employer. The estimated contract value is £108m (£12m per annum). The contract is divided in to two non-geographic lots which cover the entirety of Northern Ireland and have a range of the associations housing and tenure types. The lots are: 1. Lot 1 has 5,291 General needs properties, 295 SLA/JMAs properties and 1,327 Sheltered/Fold properties. A total of 6,913. 2. Lot 2 as 5,268 General needs properties, 253 SLA/JMAs properties and 1,307 Sheltered/Fold properties. A total of 6,878. Contractors may bid for either or both lots, but Radius will appoint two different contractors, one for each lot. Should the same Contractor be ranked first for both lots, the Employer will make the appointments based on the most economically advantageous solution to them across the two Lots. The second placed contractor will be appointed to the remaining Lot. The successful Contractors may be requested to carry work in any area of NI to support the other Contractor where required, either due to peaks in workload or for any other reason. The form of contract will be the NEC3 Term Service Contract, Option A. The Contract Data is attached at Document 5. A full description of the required service is provided in Document 2 – Service Information.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £54,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
Initial 3 years + 2 + 2 + 2
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Stated in the procurement documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 April 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 4 October 2021
four.2.7) Conditions for opening of tenders
Date
7 April 2021
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Belfast
Country
United Kingdom