Tender

Damp Works Consultancy Framework

  • Radius Housing
  • Radius Homes Limited
  • Tealstone Devleopments Limited
  • Tealstone Developments Ltd

F02: Contract notice

Notice identifier: 2023/S 000-009688

Procurement identifier (OCID): ocds-h6vhtk-03bc0f

Published 3 April 2023, 3:43pm



Section one: Contracting authority

one.1) Name and addresses

Radius Housing

Belfast

Email

procurement@radiushousing.org

Country

United Kingdom

Region code

UKN - Northern Ireland

Internet address(es)

Main address

www.radiushousing.org

one.1) Name and addresses

Radius Homes Limited

Belfast

Email

procurement@radiushousing.org

Country

United Kingdom

Region code

UKN - Northern Ireland

Internet address(es)

Main address

www.radiushousing.org

one.1) Name and addresses

Tealstone Devleopments Limited

Belfast

Email

procurement@radiushousing.org

Country

United Kingdom

Region code

UKN - Northern Ireland

Internet address(es)

Main address

www.radiushousing.org

one.1) Name and addresses

Tealstone Developments Ltd

Belfast

Email

procurement@radiushousing.org

Country

United Kingdom

Region code

UKN - Northern Ireland

Internet address(es)

Main address

www.radiushousing.org

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://e-sourcingni.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://e-sourcingni.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://e-sourcingni.bravosolution.co.uk

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

Damp Works Consultancy Framework

Reference number

RAD/051

two.1.2) Main CPV code

  • 71310000 - Consultative engineering and construction services

two.1.3) Type of contract

Services

two.1.4) Short description

The Lead Consultant, assisted by the Design Team members as necessary, will:

• Ensure that the proposed Works contract is fully designed by the IDT and detailed

tender documents are prepared. The use of provisional sums is to be limited to those

items which are not capable of being designed in advance. Where it is proposed to

transfer design responsibility to the Contractor this will only be permitted where it has

been agreed in advance in writing with the Contracting Authority.

• Assist the Contracting Authority in confirming the scope of works and identifying key

stakeholders and support the Contracting Authority with stakeholder consultation.

• Provide a detailed report for each property surveyed including thermal imagery

findings, humidity levels and damp meter readings.

• The survey data must be presented within each report through graphs or charts,

showing findings in comparison to acceptable norms.

• The report must also clearly identify the source of any damp or mould identified

during the Lead Consultants survey.

• Agree programme timelines with the Contracting Authority and provide monthly

updates on the overall programme.

• Assess, manage and control project costs and provide monthly financial updates.

• Manage design development and co-ordination

two.1.5) Estimated total value

Value excluding VAT: £2,400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

Northern Ireland

two.2.4) Description of the procurement

The Lead Consultant, assisted by the Design Team members as necessary, will:

• Ensure that the proposed Works contract is fully designed by the IDT and detailed

tender documents are prepared. The use of provisional sums is to be limited to those

items which are not capable of being designed in advance. Where it is proposed to

transfer design responsibility to the Contractor this will only be permitted where it has

been agreed in advance in writing with the Contracting Authority.

• Assist the Contracting Authority in confirming the scope of works and identifying key

stakeholders and support the Contracting Authority with stakeholder consultation.

• Provide a detailed report for each property surveyed including thermal imagery

findings, humidity levels and damp meter readings.

• The survey data must be presented within each report through graphs or charts,

showing findings in comparison to acceptable norms.

• The report must also clearly identify the source of any damp or mould identified

during the Lead Consultants survey.

• Agree programme timelines with the Contracting Authority and provide monthly

updates on the overall programme.

• Assess, manage and control project costs and provide monthly financial updates.

• Manage design development and co-ordination

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

(2+1+1)

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.1.2) 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

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 2

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

5 May 2023

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

5 May 2023

Local time

12:00pm


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

Chichester Street

Belfast

BT1 3JF

Country

United Kingdom