Section one: Contracting authority
one.1) Name and addresses
Radius Housing
Belfast
Country
United Kingdom
Region code
UKN - Northern Ireland
Internet address(es)
Main address
one.1) Name and addresses
Radius Homes Limited
Belfast
eamonn.mcdonnell@radiushousing.org
Country
United Kingdom
Region code
UKN - Northern Ireland
Internet address(es)
Main address
one.1) Name and addresses
Tealstone Devleopments Limited
Belfast
eamonn.mcdonnell@radiushousing.org
Country
United Kingdom
Region code
UKN - Northern Ireland
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
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
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Fire Alarm, Emergency Lighting and Health & Safety Inspection Contract
Reference number
RAD075
two.1.2) Main CPV code
- 71315300 - Building surveying services
two.1.3) Type of contract
Services
two.1.4) Short description
1.1 Key Objectives
The Radius Housing Fire Alarm, Emergency Lighting and Health and Safety Inspections contract must meet the following objectives.
1. Provide best practice fire alarm testing, emergency lighting testing, and basic health and safety checks to allow Radius to discharge its duty of care obligations to customers and staff.
2. Enhance health and safety within Radius properties.
3. Be delivered cost effectively and represent optimal value for money
4. Ultimately improve Radius Housing customer satisfaction
2. High-level Requirements
It is the intention of Radius Housing to award a contract to a single provider for the service which includes:
a. Weekly fire alarm testing
b. Provision of weekly Health and Safety risk assessments and recommendations that enhance the physical security of the premises
c. Monthly emergency lighting testing
d. Checking and testing of fire doors weekly to ensure they are operational and in line with current fire safety regulations
e. ADHOC water flushing for prevention of legionella when requested by Assets staff.
two.1.5) Estimated total value
Value excluding VAT: £750,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
- 71250000 - Architectural, engineering and surveying 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
1.1 Key Objectives
The Radius Housing Fire Alarm, Emergency Lighting and Health and Safety Inspections contract must meet the following objectives.
1. Provide best practice fire alarm testing, emergency lighting testing, and basic health and safety checks to allow Radius to discharge its duty of care obligations to customers and staff.
2. Enhance health and safety within Radius properties.
3. Be delivered cost effectively and represent optimal value for money
4. Ultimately improve Radius Housing customer satisfaction
2. High-level Requirements
It is the intention of Radius Housing to award a contract to a single provider for the service which includes:
a. Weekly fire alarm testing
b. Provision of weekly Health and Safety risk assessments and recommendations that enhance the physical security of the premises
c. Monthly emergency lighting testing
d. Checking and testing of fire doors weekly to ensure they are operational and in line with current fire safety regulations
e. ADHOC water flushing for prevention of legionella when requested by Assets staff.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
2The contract is for an initial period of two (2) years with radius having the option to exercise up to three (3) contractual extensions of 12 months. Radius reserve the right to offer longer extensions but the total of these will not exceed 3 years and the maximum contract duration shall be 5 years.
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 a single operator
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
19 July 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
19 July 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