Tender

Major Stock Damp Remediation and Improvement 2022-23

  • Radius Housing

F02: Contract notice

Notice identifier: 2022/S 000-019441

Procurement identifier (OCID): ocds-h6vhtk-035299

Published 15 July 2022, 3:05pm



Section one: Contracting authority

one.1) Name and addresses

Radius Housing

Belfast

Email

procurement@radiushousing.org

Country

United Kingdom

NUTS code

UKN - Northern Ireland

Internet address(es)

Main address

www.radiushousing.org

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

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

Major Stock Damp Remediation and Improvement 2022-23

Reference number

RAD/041

two.1.2) Main CPV code

  • 45453000 - Overhaul and refurbishment work

two.1.3) Type of contract

Works

two.1.4) Short description

The works comprise refurbishing 100 dwellings located within an approximately 2 mile radius of Belfast City Centre. The individual dwellings are located within terraces of similar dwellings however the adjoining dwellings are in most circumstances owned by “others” and not part of this contract.

The dwellings are largely situated within five definitive urban areas and the dwelling units are spread asymmetrically throughout these areas. The contract requires programme and sequencing flexibility to suit the evolving requirements of the clients Housing Management team. The scope of the contract shall include “Outward” and “Inward” decanting of tenants from Radius addresses as each successive phase starts and finishes. The travel distance between any dwelling unit and a decent dwelling unit will not exceed 2.0 miles. Storage facilities shall be maintained in the locality for storing tenants’ items that cannot be moved to the temporary decant accommodation.

The dwellings are almost all in the region of 100 years old and all have received varying levels of intervention including extensions since original construction. The units are a mixture of 2 and 3 storey, they are broadly similar, but not uniform, in terms of composition and condition. The principal objective of the works is to introduce features to prevent damp, (rising and penetrating), ingress and improve the thermal properties of the dwellings. Works will comprise preparatory works to allow installation of damp proofing works including chemical injection damp proofing system in existing solid masonry walls with tanking in selected areas and provision of new solid floors and damp proof membrane.

two.1.5) Estimated total value

Value excluding VAT: £7,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work
  • 45211100 - Construction work for houses
  • 45211340 - Multi-dwelling buildings construction work

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 works comprise refurbishing 100 dwellings located within an approximately 2 mile radius of Belfast City Centre. The individual dwellings are located within terraces of similar dwellings however the adjoining dwellings are in most circumstances owned by “others” and not part of this contract.

The dwellings are largely situated within five definitive urban areas and the dwelling units are spread asymmetrically throughout these areas. The contract requires programme and sequencing flexibility to suit the evolving requirements of the clients Housing Management team. The scope of the contract shall include “Outward” and “Inward” decanting of tenants from Radius addresses as each successive phase starts and finishes. The travel distance between any dwelling unit and a decent dwelling unit will not exceed 2.0 miles. Storage facilities shall be maintained in the locality for storing tenants’ items that cannot be moved to the temporary decant accommodation.

The dwellings are almost all in the region of 100 years old and all have received varying levels of intervention including extensions since original construction. The units are a mixture of 2 and 3 storey, they are broadly similar, but not uniform, in terms of composition and condition. The principal objective of the works is to introduce features to prevent damp, (rising and penetrating), ingress and improve the thermal properties of the dwellings. Works will comprise preparatory works to allow installation of damp proofing works including chemical injection damp proofing system in existing solid masonry walls with tanking in selected areas and provision of new solid floors and damp proof membrane.

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: £7,000,000

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

Duration in months

30

This contract is subject to renewal

No

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

Restricted procedure

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

15 August 2022

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)


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