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 aPage 2 to 10
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:
2 optional extensions of 12 months each
Main procurement category
Works
CPV classifications
- 45210000 - Building construction work
- 45215210 - Construction work for subsidised residential accommodation
- 45453100 - Refurbishment work
Lot 1. CYCLICAL MAINTENANCE/MINOR WORKS PROJECTS
Description
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 aPage 2 to 10
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
Tender submission deadline
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 Assessment | Social Value Assessment |
Quality | 3 |
Lot 2. MULTI ELEMENTAL IMPROVEMENTS
| Name | Description | Type | Order of importance |
|---|---|---|---|
| Quality Assessment | Quality Assessment |
Quality | 1 |
| Price | Price |
Price | 2 |
| Social Value Assessment | 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 informationPage 9 to 10
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