Section one: Contracting authority
one.1) Name and addresses
Radius Housing
Belfast
Country
United Kingdom
NUTS code
UKN - Northern Ireland
Internet address(es)
Main address
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