Scope
Reference
RAD174
Description
Radius Housing seek to appoint suitably skilled and experienced Contractors to a Planned Maintenance Contractor Framework
Tenderers may apply for a single work Lot, i.e. Lot 1 or Lot 2, or apply for both Lots, subject to fulfilling the Eligibility Criteria as outlined in the CFP Stage 1 Eligibility Questionnaire for each Lot.
LOT 1 CYCLICAL MAINTENANCE/MINOR WORKS PROJECTS:
Lot 1 will primarily be for planned maintenance type works that are generally of a cyclical nature (ie kitchen replacement, bathroom replacement, window replacement etc) or for other minor works type individual projects which may include adaptations for people with disabilities, extensions, minor internal alterations etc and up to anticipated individual contract value of circa £750,000.00. However, Radius reserves the right to call-off a contract of any value for this lot. In addition to occupied properties, works under Lot 1 may also include void properties where applicable. The indicative estimated annual spend for Lot 1 will be in the region of £5,000,000.00 to £8,000,000.00 p.a.
LOT 2 MULTI ELEMENTAL IMPROVEMENTS:
Lot 2 will be for larger Multi Element Improvement projects. These works will include significant refurbishment works to multiple units and/or communal spaces, or for other works that fall outside of the remit of Lot 1. There is no upper limit for Lot 2 projects, but it is expected that projects will generally range from £500,000.00 to £2,500,000.00 (but possible that projects of up to £5,000,000.00 may occur). However, Radius reserves the right to call-off a contract of any value for this lot. In addition to occupied properties, works under Lot 2 may also include void properties where applicable. The indicative annual estimated spend for Lot 2 will be in the region of £5,000,000.00 - £8,000,000.00 p.a.
The estimated spend noted above is indicative only and Radius Housing cannot guarantee that these amounts will be spent annually on each Lot.
Radius Housing will permit Tenderers to apply for both Lot 1 and Lot 2 or for a single Lot only. Tenderers will indicate their preference within the CFP Stage 1 (Eligibility Questionnaire).
Commercial tool
Establishes a framework
Total value (estimated)
- £64,000,000 excluding VAT
- £76,800,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2028
- Possible extension to 31 March 2030
- 4 years
Description of possible extension:
The anticipated duration of the Framework Agreement will be for an initial period of twenty four (24) months with an option to extend for two (2) further periods of twelve (12) months each.
Main procurement category
Services
CPV classifications
- 71315300 - Building surveying services
- 71540000 - Construction management services
- 71324000 - Quantity surveying services
Lot 1. CYCLICAL MAINTENANCE/MINOR WORKS PROJECTS
Description
Lot 1 will primarily be for planned maintenance type works that are generally of a cyclical nature (ie kitchen replacement, bathroom replacement, window replacement etc) or for other minor works type individual projects which may include adaptations for people with disabilities, extensions, minor internal alterations etc and up to anticipated individual contract value of circa £750,000.00. However, Radius reserves the right to call-off a contract of any value for this lot. In addition to occupied properties, works under Lot 1 may also include void properties where applicable. The indicative estimated annual spend for Lot 1 will be in the region of £5,000,000.00 to £8,000,000.00 p.a.
Lot value (estimated)
- £32,000,000 excluding VAT
- £38,400,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. MULTI ELEMENTAL IMPROVEMENTS
Description
Lot 2 will be for larger Multi Element Improvement projects. These works will include significant refurbishment works to multiple units and/or communal spaces, or for other works that fall outside of the remit of Lot 1. There is no upper limit for Lot 2 projects, but it is expected that projects will generally range from £500,000.00 to £2,500,000.00 (but possible that projects of up to £5,000,000.00 may occur). However, Radius reserves the right to call-off a contract of any value for this lot. In addition to occupied properties, works under Lot 2 may also include void properties where applicable. The indicative annual estimated spend for Lot 2 will be in the region of £5,000,000.00 - £8,000,000.00 p.a.
Lot value (estimated)
- £32,000,000 excluding VAT
- £38,400,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
Please refer to the tender documents for full details.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Particular suitability
Lot 1. CYCLICAL MAINTENANCE/MINOR WORKS PROJECTS
Lot 2. MULTI ELEMENTAL IMPROVEMENTS
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
20 October 2025, 3:00pm
Submission type
Requests to participate
Deadline for requests to participate
27 October 2025, 2:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
2 March 2026
Recurring procurement
Publication date of next tender notice (estimated): 1 October 2029
Award criteria
Lot 1. CYCLICAL MAINTENANCE/MINOR WORKS PROJECTS
| Name | Description | Type | Order of importance |
|---|---|---|---|
| Price | Price |
Price | 1 |
| Quality Assessment | Quality Assessment |
Quality | 2 |
| Social Value | Social Value Assessment |
Quality | 3 |
Lot 2. MULTI ELEMENTAL IMPROVEMENTS
| Name | Description | Type | Order of importance |
|---|---|---|---|
| Quality | Quality Assessment |
Quality | 1 |
| Price | Price |
Price | 2 |
| Social Value | Social Value Assessment |
Quality | 3 |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
This Competitive Flexible shall consist of a number of stages outlined below and explained in further detail throughout this document and in subsequent documents as the procurement exercise will progress:
STAGE 1: Conditions of Participation (CoP)
The CoP Stage allows for the pre-qualification of Contractors and will provide Radius with sufficient information to allow Contractors to be selected for further stages.
Contractors' responses will be evaluated against the criteria set out in these Instructions and the accompanying documents in this CoP Package (CoPP). Contractors must respond to all the questions in the CoPP and must provide all the supporting information requested.
STAGE 2: Tender Stage
Contractors short-listed from the pre-qualification process will be invited to participate in a competitive tender process. Shortlisted Tenderers will be issued with comprehensive tender documents which shall provide sufficient information for tenderers to submit a bid. The Award Criteria shall be on the basis of Most Advantageous Tender or Lowest Acceptable Cost. Radius Housing reserve the right to run multiple stages in the procurement competition in order to identify the Most Advantageous Tender. The Tender Stage Instructions will provide full details of this stage.
STAGE 3: Post Tender Negotiation (Optional)
The Contracting Authority may award the procurement competition to the Most Advantageous Tender / Lowest Acceptable Cost after the assessment Stage 2. The Contracting Authority also reserves the right at its sole discretion following the completion of the evaluation of all responses and the identification of the Most Advantageous Tender / Lowest Acceptable Cost Offer according to the award criteria to enter dialogue with the most advantageous tenderer in order to refine elements of the contract, service, specification, social value offer, sustainability and or cost prior to the execution of the Framework Agreement and or Call Off contracts.
Nothing stated in this ITT or during the Competition is or shall be relied on as a promise or representation as to the future or a commitment by the Authority to award or enter into any contract.
Contracting authority
Radius Housing Association
- Public Procurement Organisation Number: PQTY-5785-DJHJ
3 - 7 Redburn Square
Holywood
BT18 9HZ
United Kingdom
Region: UKN09 - Ards and North Down
Organisation type: Public authority - sub-central government
Devolved regulations that apply: Northern Ireland