Buyer Name: RADIUS HOUSING ASSOCIATION LIMITED
Buyer Address: 3 - 7 Redburn Square, Holywood, UKN09, BT18 9HZ, United Kingdom
Contact Email: procurement@radiushousing.org
Buyer Name: RADIUS HOUSING ASSOCIATION LIMITED
Buyer Address: 3 - 7 Redburn Square, Holywood, UKN09, BT18 9HZ, United Kingdom
Contact Email: procurement@radiushousing.org
The Contracts to be awarded are for the provision of Water Hygiene Legionella Risk Assessment Testing & Servicing Services and Remedial Works as fully described in Document 2 Service Information. The Services have been split into 2 lots: Lot 1: Legionella Risk Assessment Testing & Servicing Services Lot 2: Water Hygiene Remedial Works Tenderers may be bid for any or all lots providing they meet the criteria indicated in the procurement documentation but may only be successful in 1 Lot. Lot 1 and Lot 2 will be initially evaluated separately and Tenderers are advised that the Contracts will be evaluated and awarded in the order of Lot 1 followed by Lot 2. This will mean that the Most Advantageous Tender for Lot 1 will be ineligible to be successful in Lot 2 and their evaluation scores will not be used in the assessment with other Tenderers for Lot 2. Radius however reserve the right to award both Lots to a single bidder if there are no other suitable, compliant or value for money bids as a result of this Procurement Competition. The contracts will be for a period of three (3) years with two (2) options to extend for twelve (12) months each up to a maximum total duration of five (5) years, Extensions will be awarded subject to satisfactory performance and at the sole discretion of the Employer. The contracts for each lot are individual and separate and may commence and / or terminate at different dates and may be different duration. The contract will be procured in accordance with the Competitive Flexible Procedure as set out at Regulation 20(2(b)) of The Procurement Act 2023 (the Act or PA23). This Competitive Flexible shall consist of an initial stage where tenderers will submit their Conditions of Participation, and their quality and cost (Award Stage) offer. The Contracting Authority may award the procurement competition to the Most Advantageous Tender after the assessment of this initial stage. However, the Contracting Authority reserves the right at its sole discretion to conduct further price only stages and to issue refined service or contract information. The additional stages may be run for Lot 1, lot 2 or both; Revised Pricing will be assessed and will be combined with the Quality scores to provide a new Most Advantageous Tender. 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 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 contract. 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. The Association reserves the right to not award to the lowest or any tender or to discontinue this Procurement Competition at any time.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/023676-2026
Link Description: Tender notice on Find a Tender
Lot Title: Lot 1: Legionella Risk Assessment Testing & Servicing Services
Lot Description: To provide and ensure consistent and demonstrably compliant Legionella Water Risk Assessments across the Radius Housing portfolio. This scope is to provide assurance that all required areas will be covered to provide a complete picture of risks to the water systems within each property.
Lot 1 Status: active
Lot 1 Value: GBP 2,700,000
Lot 1 Value (Gross): GBP 3,200,000
Lot 1 Contract Start: 2026-07-01T00:00:00+01:00
Lot 1 Contract End: 2028-06-30T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Staff Management (5%)
Lot 1 Award Criterion (quality): Service Delivery (15%)
Lot 1 Award Criterion (quality): Safety & Security (5%)
Lot 1 Award Criterion (quality): Quality & Complaints Management (5%)
Lot 1 Award Criterion (quality): Provision of Social Value (10%)
Lot 1 Award Criterion (price): Lot 1 Tender Evaluation Sum (60%)
Lot Title: Lot 2: Water Hygiene Remedial Works
Lot Description: To provide and ensure that suitable remedial works are conducted across the Radius Housing portfolio, when routine water hygiene testing or servicing has identified non-compliance with relevant regulations. This scope is to provide assurance that all required tasks will be undertaken to provide a control of risks from the water systems within each property.
Lot 2 Status: active
Lot 2 Value: GBP 800,000
Lot 2 Value (Gross): GBP 960,000
Lot 2 Contract Start: 2026-07-01T00:00:00+01:00
Lot 2 Contract End: 2028-06-30T23:59:59+01:00
Lot 2 SME Suitable: Yes
Lot 2 Award Criterion (quality): Staff Management (5%)
Lot 2 Award Criterion (quality): Service Delivery (10%)
Lot 2 Award Criterion (quality): Safety & Security (5%)
Lot 2 Award Criterion (quality): Quality & Complaints Management (5%)
Lot 2 Award Criterion (price): Lot 2 Tender Evaluation Sum (75%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PQTY-5785-DJHJ",
"name": "RADIUS HOUSING ASSOCIATION LIMITED"
},
"date": "2026-03-16T15:54:38Z",
"id": "023676-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-066b61",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Holywood",
"postalCode": "BT18 9HZ",
"region": "UKN09",
"streetAddress": "3 - 7 Redburn Square"
},
"contactPoint": {
"email": "procurement@radiushousing.org"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
},
{
"description": "Northern Irish devolved regulations apply",
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS"
}
]
},
"id": "GB-PPON-PQTY-5785-DJHJ",
"identifier": {
"id": "PQTY-5785-DJHJ",
"scheme": "GB-PPON"
},
"name": "RADIUS HOUSING ASSOCIATION LIMITED",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-05-20T23:59:59+01:00"
},
"description": "The Contracts to be awarded are for the provision of Water Hygiene Legionella Risk Assessment Testing \u0026 Servicing Services and Remedial Works as fully described in Document 2 Service Information.\nThe Services have been split into 2 lots:\nLot 1:\tLegionella Risk Assessment Testing \u0026 Servicing Services\nLot 2:\tWater Hygiene Remedial Works\nTenderers may be bid for any or all lots providing they meet the criteria indicated in the procurement documentation but may only be successful in 1 Lot. Lot 1 and Lot 2 will be initially evaluated separately and Tenderers are advised that the Contracts will be evaluated and awarded in the order of Lot 1 followed by Lot 2. This will mean that the Most Advantageous Tender for Lot 1 will be ineligible to be successful in Lot 2 and their evaluation scores will not be used in the assessment with other Tenderers for Lot 2. Radius however reserve the right to award both Lots to a single bidder if there are no other suitable, compliant or value for money bids as a result of this Procurement Competition.\nThe contracts will be for a period of three (3) years with two (2) options to extend for twelve (12) months each up to a maximum total duration of five (5) years, Extensions will be awarded subject to satisfactory performance and at the sole discretion of the Employer. The contracts for each lot are individual and separate and may commence and / or terminate at different dates and may be different duration.\nThe contract will be procured in accordance with the Competitive Flexible Procedure as set out at Regulation 20(2(b)) of The Procurement Act 2023 (the Act or PA23).\nThis Competitive Flexible shall consist of an initial stage where tenderers will submit their Conditions of Participation, and their quality and cost (Award Stage) offer. The Contracting Authority may award the procurement competition to the Most Advantageous Tender after the assessment of this initial stage. However, the Contracting Authority reserves the right at its sole discretion to conduct further price only stages and to issue refined service or contract information. The additional stages may be run for Lot 1, lot 2 or both; Revised Pricing will be assessed and will be combined with the Quality scores to provide a new Most Advantageous Tender. 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 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 contract.\nNothing 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.\nThe Association reserves the right to not award to the lowest or any tender or to discontinue this Procurement Competition at any time.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2026-03-16T15:54:38Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "023676-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/023676-2026"
}
],
"enquiryPeriod": {
"endDate": "2026-04-14T23:59:59+01:00"
},
"id": "RAD163",
"items": [
{
"additionalClassifications": [
{
"description": "Health and safety services",
"id": "71317200",
"scheme": "CPV"
},
{
"description": "Health and safety consultancy services",
"id": "71317210",
"scheme": "CPV"
},
{
"description": "Consulting services for water-supply and waste-water other than for construction",
"id": "90713100",
"scheme": "CPV"
},
{
"description": "Tank and reservoir cleaning services",
"id": "90913000",
"scheme": "CPV"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Health and safety services",
"id": "71317200",
"scheme": "CPV"
},
{
"description": "Health and safety consultancy services",
"id": "71317210",
"scheme": "CPV"
},
{
"description": "Consulting services for water-supply and waste-water other than for construction",
"id": "90713100",
"scheme": "CPV"
},
{
"description": "Tank and reservoir cleaning services",
"id": "90913000",
"scheme": "CPV"
}
],
"id": "2",
"relatedLot": "2"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 1
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "Demonstrate how you will manage your operational staff to ensure a high quality service is provided and that everyday concerns are resolved promptly. Specific reference should be made to the following:\n\u2022\tDetails of your supervisory structure for controlling the staff undertaking the work\n\u2022\tHow you continually assess the experience, competency and qualifications of the staff which will undertake the service\n\u2022\tThe training you will provide to ensure that the skills of your staff are maintained\n\u2022\tWhat methods you will employ to ensure staff and any sub contracting staff used to undertake the works have valid Access NI clearance.\n\u2022\tThe number of staff you will deploy to provide the services",
"name": "Staff Management",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Demonstrate how you will manage the Service in respect of the following:-\n\u2022\tHow you will programme the water hygiene service to ensure the required frequency of periodic servicing is being met\n\u2022\tHow you will monitor the contract to ensure the information stored on the electronic management system is accurate and up to date\n\u2022\tHow you will monitor the contract to ensure all records are uploaded on the electronic management system within the agreed time frames\n\uf0d8\tUse of Innovation within Service Delivery. Within your response to Service Delivery you may suggest alternative technologies, methods of working and / or reporting or other innovative solutions which would support this contract. To avail of the extra marks available the innovations should be sufficiently described in such a way as to allow an evaluation panel to determine whether the proposals have merit and may enhance the contract from the clients viewpoint. Any extra costings should be estimated and any savings from other aspects should be detailed.",
"name": "Service Delivery",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Demonstrate how you will manage the Service in respect of the following:-\n\u2022\tThe Health \u0026 Safety of your operational staff who undertake the service, building users, visitors and the general public\n\u2022\tThe level of non-staff resources (systems and equipment) which you will use to ensure the Health \u0026 Safety of all those affected by the provision of the service \n\u2022\tYour processes for reporting any near misses, incidents, accidents and / or injuries in the performance of the service\n\u2022\tHow you will approach working in occupied properties to minimise the inconvenience to the building users\n\u2022\tHow you will make arrangements for the security and protection of the building users belongings when working in occupied properties",
"name": "Safety \u0026 Security",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Demonstrate how you will manage the Service in respect of the following:-\n\u2022\tWhat methods you will employ for identifying and rectifying unsatisfactory workmanship\n\u2022\tWhat methods you will employ to ensure non-conforming workmanship does not recur\n\u2022\tWhat methods you will employ to ensure the quality of sub-contractors workmanship is in accordance with good industry practice \n\u2022\tWhat methods you will employ to ensure complaints received are actioned in a prompt, courteous and efficient manner \n\u2022\tHow you will use feedback from complaints received to improve your service delivery",
"name": "Quality \u0026 Complaints Management",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Provide a detailed statement outlining how you as Principal Contractor will you deliver the Social Value Initiatives within your completed Social Value Delivery Plan.\nYour response should make reference to and provide specific details of how you will successfully address the following criteria:\n\u2022\tTimescales for delivery of the social value requirements;\n\u2022\tThe resources, both internal and external, you will use to plan and deliver the social value requirements (this should include details of suppliers in your supply chain);\n\u2022\tThe activities you will undertake to deliver the social value initiatives selected within your completed Social Value Delivery Plan, including how you will engage with the Employer/key stakeholders,\n\u2022\tConfirmation that the planned activities are additional to activities your organisation already undertakes; and,\n\u2022\tHow you will monitor and report on the delivery of the social value requirements and address any performance issues.",
"name": "Provision of Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Tender evaluation sum for Lot 1.",
"name": "Lot 1 Tender Evaluation Sum",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2028-06-30T23:59:59+01:00",
"maxExtentDate": "2031-06-30T23:59:59+01:00",
"startDate": "2026-07-01T00:00:00+01:00"
},
"description": "To provide and ensure consistent and demonstrably compliant Legionella Water Risk Assessments across the Radius Housing portfolio. This scope is to provide assurance that all required areas will be covered to provide a complete picture of risks to the water systems within each property.",
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "3 optional extensions of 12 months each"
},
"selectionCriteria": {
"criteria": [
{
"description": "As described in the procurement documents",
"type": "economic"
},
{
"description": "As described in the procurement documents",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Lot 1:\tLegionella Risk Assessment Testing \u0026 Servicing Services",
"value": {
"amount": 2700000,
"amountGross": 3200000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Demonstrate how you will manage your operational staff to ensure a high quality service is provided and that everyday concerns are resolved promptly. Specific reference should be made to the following:\n\u2022\tDetails of your supervisory structure for controlling the staff undertaking the work\n\u2022\tHow you continually assess the experience, competency and qualifications of the staff which will undertake the service\n\u2022\tThe training you will provide to ensure that the skills of your staff are maintained\n\u2022\tWhat methods you will employ to ensure staff and any sub contracting staff used to undertake the works have valid Access NI clearance.",
"name": "Staff Management",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Demonstrate how you will manage the Service in respect of the following:-\n\u2022\tHow you will allocate remedial works to ensure works are completed in good time to minimise any risks to tenants, visitors or staff.\n\u2022\tHow you will monitor the contract to ensure the information stored on the electronic management system is accurate and up to date\n\u2022\tHow you will monitor the contract to ensure all records are uploaded on the electronic management system within the agreed time frames",
"name": "Service Delivery",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Demonstrate how you will manage the Service in respect of the following:-\n\u2022\tThe Health \u0026 Safety of your operational staff who undertake the remedial works, building users, visitors and the general public\n\u2022\tThe level of non-staff resources (systems and equipment) which you will use to ensure the Health \u0026 Safety of all those affected by the provision of the service \n\u2022\tYour processes for reporting any near misses, incidents, accidents and / or injuries in the performance of the service\n\u2022\tHow you will approach working in occupied properties to minimise the inconvenience to the building users\n\u2022\tHow you will make arrangements for the security and protection of the building users belongings when working in occupied properties",
"name": "Safety \u0026 Security",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Demonstrate how you will manage the Service in respect of the following:-\n\u2022\tWhat methods you will employ for identifying and rectifying unsatisfactory workmanship\n\u2022\tWhat methods you will employ to ensure non-conforming workmanship does not recur\n\u2022\tWhat methods you will employ to ensure the quality of sub-contractors workmanship is in accordance with good industry practice \n\u2022\tWhat methods you will employ to ensure complaints received are actioned in a prompt, courteous and efficient manner \n\u2022\tHow you will use feedback from complaints received to improve your service delivery",
"name": "Quality \u0026 Complaints Management",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Tender evaluation price for lot 2.",
"name": "Lot 2 Tender Evaluation Sum",
"numbers": [
{
"number": 75,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2028-06-30T23:59:59+01:00",
"maxExtentDate": "2031-06-30T23:59:59+01:00",
"startDate": "2026-07-01T00:00:00+01:00"
},
"description": "To provide and ensure that suitable remedial works are conducted across the Radius Housing portfolio, when routine water hygiene testing or servicing has identified non-compliance with relevant regulations. This scope is to provide assurance that all required tasks will be undertaken to provide a control of risks from the water systems within each property.",
"hasRenewal": true,
"id": "2",
"renewal": {
"description": "3 optional extensions of 12 months each"
},
"selectionCriteria": {
"criteria": [
{
"description": "As described in the procurement documents",
"type": "economic"
},
{
"description": "As described in the procurement documents",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Lot 2:\tWater Hygiene Remedial Works",
"value": {
"amount": 800000,
"amountGross": 960000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "The Contracts to be awarded are for the provision of Water Hygiene Legionella Risk Assessment Testing \u0026 Servicing Services and Remedial Works as fully described in Document 2 Service Information.\nThe Services have been split into 2 lots:\nLot 1:\tLegionella Risk Assessment Testing \u0026 Servicing Services\nLot 2:\tWater Hygiene Remedial Works\nTenderers may be bid for any or all lots providing they meet the criteria indicated in the procurement documentation but may only be successful in 1 Lot. Lot 1 and Lot 2 will be initially evaluated separately and Tenderers are advised that the Contracts will be evaluated and awarded in the order of Lot 1 followed by Lot 2. This will mean that the Most Advantageous Tender for Lot 1 will be ineligible to be successful in Lot 2 and their evaluation scores will not be used in the assessment with other Tenderers for Lot 2. Radius however reserve the right to award both Lots to a single bidder if there are no other suitable, compliant or value for money bids as a result of this Procurement Competition.\nThe contracts will be for a period of three (3) years with two (2) options to extend for twelve (12) months each up to a maximum total duration of five (5) years, Extensions will be awarded subject to satisfactory performance and at the sole discretion of the Employer. The contracts for each lot are individual and separate and may commence and / or terminate at different dates and may be different duration.\nThe contract will be procured in accordance with the Competitive Flexible Procedure as set out at Regulation 20(2(b)) of The Procurement Act 2023 (the Act or PA23).\nThis Competitive Flexible shall consist of an initial stage where tenderers will submit their Conditions of Participation, and their quality and cost (Award Stage) offer. The Contracting Authority may award the procurement competition to the Most Advantageous Tender after the assessment of this initial stage. However, the Contracting Authority reserves the right at its sole discretion to conduct further price only stages and to issue refined service or contract information. The additional stages may be run for Lot 1, lot 2 or both; Revised Pricing will be assessed and will be combined with the Quality scores to provide a new Most Advantageous Tender. 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 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 contract.\nNothing 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.\nThe Association reserves the right to not award to the lowest or any tender or to discontinue this Procurement Competition at any time."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"status": "active",
"submissionMethodDetails": "https://etendersni.gov.uk/",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-04-21T23:59:59+01:00"
},
"title": "RAD163 - WATER HYGIENE SERVICES \u0026 REMEDIAL WORKS",
"value": {
"amount": 3500000,
"amountGross": 4160000,
"currency": "GBP"
}
}
}