Award

IDT CONSULTANCY FRAMEWORK

RADIUS HOUSING ASSOCIATION LIMITED

This public procurement record has 3 releases in its history.

Award

19 Mar 2026 at 12:40

Award

05 Jan 2026 at 15:28

Tender

21 Oct 2025 at 08:58

Summary of the contracting process

Radius Housing Association Limited has successfully awarded an Integrated Design Team (IDT) Consultancy Framework aimed at delivering architectural and related services. The procurement involves planned maintenance services, major refurbishment works, and development projects in Northern Ireland, mainly in Holywood, Belfast, and Bangor. This framework has been processed under the open, competitive flexible procedure. The recent Award stage completed on 19 March 2026 and contracts commenced on 1 April 2026, spanning two years with possible extensions. A total contract value of £4,800,000 reflects the scale and importance of the proposed services, ensuring compliance with various regulatory standards including fire safety and accessibility.

This framework presents substantial opportunities for SMEs involved in architectural, engineering, and quantity surveying services, to contribute to diverse projects including major refurbishment and sustainability improvements. Businesses specialising in multidisciplinary integration, particularly those located within the UKN region, can benefit from the recurring nature of opportunities under this framework. Radius Housing Association’s diverse property portfolio, ranging from general accommodation to supported housing, presents varied demand for expertise in design and renovation, fostering growth for companies capable of providing comprehensive IDT professional services. With potential renewal options extending the framework to four years, participating firms have the chance to secure long-term projects and strengthen their market position in the public sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

IDT CONSULTANCY FRAMEWORK

Notice Description

The Contracting Authority wishes to procure a Framework with two (2) Integrated Design Teams for a multi-disciplined Integrated Design Team (IDT) to carry out the Services. This Framework is to cover Services in relation to Planned Maintenance Services and Repair Works which the Authority provides. The Framework Member(s) appointed to this Framework will be required to provide full Integrated Design Team Professional Services to Radius Housing Association. The Works that will be required include but are not limited to the following:- * Major refurbishment, rehabilitation, and damp remediation works. * Replacement/refurbishment of kitchens, bathrooms, doors, windows, heating systems, electrical wiring, and roofing (including structural alterations, roof lights, and cavity wall insulation). * Fire safety works, including upgrade/replacement of fire doors, compartmentation and fire stopping. * External works such as pathways, ramps, railings, parking improvements, and surface treatments. * Development works, including acquisition and adaptation of existing properties. * Internal/external redecoration and space reconfiguration. * General external works, including gutter/drain repairs, roof treatments, and cleaning. * Works to ensure compliance with the Disability Discrimination Act. * Works to ensure compliance with equality, accessibility, and safeguarding legislation. * Investigation of structural defects, with costed remedial recommendations. * Design and supervision of remedial works, including tendering support. * Sustainability projects, including EPC reporting, assessments, and improvement works. * Other maintenance and compliance-related works arising during the Framework term. The Works as outlined above and the Services associated with same, are subject to change dependent upon the requirements of the Contracting Authority and the nature of Funding obtained and approvals received for each project. The Contracting Authority does not guarantee that any (or all) of the Services will be required or awarded under the Framework. The successful Framework Member will be required to advise as to whether Planning, Building Control approval and/or any other regulatory approvals are required for Works arising out of an appointment under the framework and will make representations to the relevant authorities in this regard. Completed projects must have a structural life expectancy of at least 30 years. The Authority's stock comprises a variety of house types including but not limited to Flats in Blocks and individual houses in the following categories: * General Needs accommodation, * Sheltered , * Supported Housing and Care Homes' sectors, * Hostels and * Office accommodation. The above outline of current stock is indicative only. Suppliers should note that at any time the stock may be increased during the Framework period by way of development, mergers, acquisitions or stock transfer from other Contracting Authorities

Lot Information

Lot 1

Options: Please refer to the tender documents

Renewal: The Framework is for an initial period of two (2) years with Radius having the option to exercise up to two (2) contractual extensions of 12 months (2+1+1). Radius reserve the right to offer longer extensions but the total of these will not exceed 2 years and the maximum framework duration shall be 4 years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05d068
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/025147-2026
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71200000 - Architectural and related services

71220000 - Architectural design services

71240000 - Architectural, engineering and planning services

71315300 - Building surveying services

71324000 - Quantity surveying services

Notice Value(s)

Tender Value
£3,000,000 £1M-£10M
Lots Value
£3,000,000 £1M-£10M
Awards Value
£3,000,000 £1M-£10M
Contracts Value
£4,000,000 £1M-£10M

Notice Dates

Publication Date
19 Mar 20261 months ago
Submission Deadline
17 Nov 2025Expired
Future Notice Date
Not specified
Award Date
5 Jan 20264 months ago
Contract Period
31 Mar 2026 - 31 Mar 2028 2-3 years
Recurrence
2030-09-01

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
RADIUS HOUSING ASSOCIATION LIMITED
Additional Buyers

RADIUS HOUSING ASSOCIATION

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
HOLYWOOD
Postcode
BT18 9HZ
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN09 Ards and North Down
Delivery Location
Not specified

Local Authority
Ards and North Down
Electoral Ward
Holywood
Westminster Constituency
North Down

Supplier Information

Number of Suppliers
2
Supplier Names

MOORE MACDONALD & PARTNERS

THE FCM PARTNERSHIP

Further Information

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05d068-2026-03-19T12:40:20Z",
    "date": "2026-03-19T12:40:20Z",
    "ocid": "ocds-h6vhtk-05d068",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PQTY-5785-DJHJ",
            "name": "Radius Housing Association",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PQTY-5785-DJHJ"
            },
            "address": {
                "streetAddress": "3 - 7 Redburn Square",
                "locality": "Holywood",
                "postalCode": "BT18 9HZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN09"
            },
            "contactPoint": {
                "email": "procurement@radiushousing.org"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-NP000169",
            "name": "RADIUS HOUSING ASSOCIATION LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "NP000169"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PQTY-5785-DJHJ"
                }
            ],
            "address": {
                "streetAddress": "3 - 7 Redburn Square",
                "locality": "Holywood",
                "postalCode": "BT18 9HZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN09"
            },
            "contactPoint": {
                "email": "procurement@radiushousing.org"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-NI055444",
            "name": "MOORE MACDONALD & PARTNERS LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "NI055444"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PXWW-5481-BVCY"
                }
            ],
            "address": {
                "streetAddress": "Surveyor House Nr7 Balloo Court",
                "locality": "Bangor",
                "postalCode": "BT19 7AT",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN09"
            },
            "contactPoint": {
                "email": "info@mmacd.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.mooremacdonaldandpartners.co.uk",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-COH-NI610347",
            "name": "THE FCM PARTNERSHIP LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "NI610347"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PXBV-3933-TLBW"
                }
            ],
            "address": {
                "streetAddress": "216-218 Holywood Road",
                "locality": "Belfast",
                "postalCode": "BT4 1PD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "wmcquillan@fcmpartnership.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false,
                "url": "http://www.fcmpartnership.com"
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-NP000169",
        "name": "RADIUS HOUSING ASSOCIATION LIMITED"
    },
    "tender": {
        "id": "RAD175",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "IDT CONSULTANCY FRAMEWORK",
        "description": "The Contracting Authority wishes to procure a Framework with two (2) Integrated Design Teams for a multi-disciplined Integrated Design Team (IDT) to carry out the Services. This Framework is to cover Services in relation to Planned Maintenance Services and Repair Works which the Authority provides. The Framework Member(s) appointed to this Framework will be required to provide full Integrated Design Team Professional Services to Radius Housing Association. The Works that will be required include but are not limited to the following:- * Major refurbishment, rehabilitation, and damp remediation works. * Replacement/refurbishment of kitchens, bathrooms, doors, windows, heating systems, electrical wiring, and roofing (including structural alterations, roof lights, and cavity wall insulation). * Fire safety works, including upgrade/replacement of fire doors, compartmentation and fire stopping. * External works such as pathways, ramps, railings, parking improvements, and surface treatments. * Development works, including acquisition and adaptation of existing properties. * Internal/external redecoration and space reconfiguration. * General external works, including gutter/drain repairs, roof treatments, and cleaning. * Works to ensure compliance with the Disability Discrimination Act. * Works to ensure compliance with equality, accessibility, and safeguarding legislation. * Investigation of structural defects, with costed remedial recommendations. * Design and supervision of remedial works, including tendering support. * Sustainability projects, including EPC reporting, assessments, and improvement works. * Other maintenance and compliance-related works arising during the Framework term. The Works as outlined above and the Services associated with same, are subject to change dependent upon the requirements of the Contracting Authority and the nature of Funding obtained and approvals received for each project. The Contracting Authority does not guarantee that any (or all) of the Services will be required or awarded under the Framework. The successful Framework Member will be required to advise as to whether Planning, Building Control approval and/or any other regulatory approvals are required for Works arising out of an appointment under the framework and will make representations to the relevant authorities in this regard. Completed projects must have a structural life expectancy of at least 30 years. The Authority's stock comprises a variety of house types including but not limited to Flats in Blocks and individual houses in the following categories: * General Needs accommodation, * Sheltered , * Supported Housing and Care Homes' sectors, * Hostels and * Office accommodation. The above outline of current stock is indicative only. Suppliers should note that at any time the stock may be increased during the Framework period by way of development, mergers, acquisitions or stock transfer from other Contracting Authorities",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71200000",
                        "description": "Architectural and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71220000",
                        "description": "Architectural design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71240000",
                        "description": "Architectural, engineering and planning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71324000",
                        "description": "Quantity surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71315300",
                        "description": "Building surveying services"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 3600000,
            "amount": 3000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The Procurement method to be utilised is a 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 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. The Contracting Authority reserves the right to not award to the lowest or any tender or to discontinue this Procurement Competition at any time."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 2,
                "method": "withAndWithoutReopeningCompetition",
                "type": "closed",
                "description": "As described in the tender documents."
            }
        },
        "submissionMethodDetails": "https://etendersni.gov.uk/",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-11-17T15:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-11-10T15:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-12-01T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "value": {
                    "amountGross": 3600000,
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Assessment",
                            "description": "Quality Assessment",
                            "numbers": [
                                {
                                    "number": 1,
                                    "weight": "order"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Price",
                            "numbers": [
                                {
                                    "number": 2,
                                    "weight": "order"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value Assessment",
                            "description": "Social Value Assessment",
                            "numbers": [
                                {
                                    "number": 3,
                                    "weight": "order"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-01-01T00:00:00+00:00",
                    "endDate": "2028-12-31T23:59:59+00:00",
                    "maxExtentDate": "2030-12-31T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework is for an initial period of two (2) years with Radius having the option to exercise up to two (2) contractual extensions of 12 months (2+1+1). Radius reserve the right to offer longer extensions but the total of these will not exceed 2 years and the maximum framework duration shall be 4 years."
                },
                "hasOptions": true,
                "options": {
                    "description": "Please refer to the tender documents"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "066970-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/066970-2025",
                "datePublished": "2025-10-21T09:58:14+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2030-09-01T23:59:59+01:00"
                }
            ]
        }
    },
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "IDT CONSULTANCY FRAMEWORK",
            "status": "active",
            "date": "2026-01-05T00:00:00Z",
            "value": {
                "amountGross": 3600000,
                "amount": 3000000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-NI055444",
                    "name": "MOORE MACDONALD & PARTNERS LIMITED"
                },
                {
                    "id": "GB-COH-NI610347",
                    "name": "THE FCM PARTNERSHIP LTD"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "71200000",
                            "description": "Architectural and related services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKN",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKN",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-01-14T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-03-01T00:00:00Z",
                "endDate": "2028-02-28T23:59:59Z",
                "maxExtentDate": "2030-02-28T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The Framework is for an initial period of two (2) years with Radius having the option to exercise up to two (2) contractual extensions of 12 months (2+1+1). Radius reserve the right to offer longer extensions but the total of these will not exceed 2 years and the maximum framework duration shall be 4 years."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "000398-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/000398-2026",
                    "datePublished": "2026-01-05T15:28:23Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-01-05T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-02-01T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "status": "active",
            "period": {
                "startDate": "2026-04-01T00:00:00+01:00",
                "endDate": "2028-03-31T23:59:59+01:00",
                "maxExtentDate": "2030-03-31T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The Framework is for an initial period of two (2) years with Radius having the option to exercise up to two (2) contractual extensions of 12 months (2+1+1). Radius reserve the right to offer longer extensions but the total of these will not exceed 2 years and the maximum framework duration shall be 4 years."
            },
            "value": {
                "amountGross": 4800000,
                "amount": 4000000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-03-19T00:00:00Z",
            "documents": [
                {
                    "id": "025147-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/025147-2026",
                    "datePublished": "2026-03-19T12:40:20Z",
                    "format": "text/html"
                }
            ]
        }
    ]
}