Notice Information
Notice Title
RAD163 - WATER HYGIENE SERVICES & REMEDIAL WORKS
Notice Description
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.
Lot Information
Lot 1: Legionella Risk Assessment Testing & Servicing Services
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.
Renewal: 3 optional extensions of 12 months each
Lot 2: Water Hygiene Remedial WorksTo 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.
Renewal: 3 optional extensions of 12 months each
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-066b61
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/023676-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
71317200 - Health and safety services
71317210 - Health and safety consultancy services
90713100 - Consulting services for water-supply and waste-water other than for construction
90913000 - Tank and reservoir cleaning services
Notice Value(s)
- Tender Value
- £3,500,000 £1M-£10M
- Lots Value
- £3,500,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Mar 20266 days ago
- Submission Deadline
- 21 Apr 20261 months to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 30 Jun 2026 - 30 Jun 2028 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- RADIUS HOUSING ASSOCIATION LIMITED
- 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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/023676-2026
16th March 2026 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-066b61-2026-03-16T15:54:38Z",
"date": "2026-03-16T15:54:38Z",
"ocid": "ocds-h6vhtk-066b61",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PQTY-5785-DJHJ",
"name": "RADIUS HOUSING ASSOCIATION LIMITED",
"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"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PQTY-5785-DJHJ",
"name": "RADIUS HOUSING ASSOCIATION LIMITED"
},
"tender": {
"id": "RAD163",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "RAD163 - WATER HYGIENE SERVICES & REMEDIAL WORKS",
"description": "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.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71317200",
"description": "Health and safety services"
},
{
"scheme": "CPV",
"id": "71317210",
"description": "Health and safety consultancy services"
},
{
"scheme": "CPV",
"id": "90713100",
"description": "Consulting services for water-supply and waste-water other than for construction"
},
{
"scheme": "CPV",
"id": "90913000",
"description": "Tank and reservoir cleaning services"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71317200",
"description": "Health and safety services"
},
{
"scheme": "CPV",
"id": "71317210",
"description": "Health and safety consultancy services"
},
{
"scheme": "CPV",
"id": "90713100",
"description": "Consulting services for water-supply and waste-water other than for construction"
},
{
"scheme": "CPV",
"id": "90913000",
"description": "Tank and reservoir cleaning services"
}
],
"relatedLot": "2"
}
],
"value": {
"amountGross": 4160000,
"amount": 3500000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "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."
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"submissionMethodDetails": "https://etendersni.gov.uk/",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-04-21T23:59:59+01:00"
},
"enquiryPeriod": {
"endDate": "2026-04-14T23:59:59+01:00"
},
"awardPeriod": {
"endDate": "2026-05-20T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"title": "Lot 1: Legionella Risk Assessment Testing & Servicing Services",
"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.",
"status": "active",
"value": {
"amountGross": 3200000,
"amount": 2700000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Staff Management",
"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: * Details of your supervisory structure for controlling the staff undertaking the work * How you continually assess the experience, competency and qualifications of the staff which will undertake the service * The training you will provide to ensure that the skills of your staff are maintained * What methods you will employ to ensure staff and any sub contracting staff used to undertake the works have valid Access NI clearance. * The number of staff you will deploy to provide the services",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Service Delivery",
"description": "Demonstrate how you will manage the Service in respect of the following:- * How you will programme the water hygiene service to ensure the required frequency of periodic servicing is being met * How you will monitor the contract to ensure the information stored on the electronic management system is accurate and up to date * How you will monitor the contract to ensure all records are uploaded on the electronic management system within the agreed time frames Use 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.",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Safety & Security",
"description": "Demonstrate how you will manage the Service in respect of the following:- * The Health & Safety of your operational staff who undertake the service, building users, visitors and the general public * The level of non-staff resources (systems and equipment) which you will use to ensure the Health & Safety of all those affected by the provision of the service * Your processes for reporting any near misses, incidents, accidents and / or injuries in the performance of the service * How you will approach working in occupied properties to minimise the inconvenience to the building users * How you will make arrangements for the security and protection of the building users belongings when working in occupied properties",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality & Complaints Management",
"description": "Demonstrate how you will manage the Service in respect of the following:- * What methods you will employ for identifying and rectifying unsatisfactory workmanship * What methods you will employ to ensure non-conforming workmanship does not recur * What methods you will employ to ensure the quality of sub-contractors workmanship is in accordance with good industry practice * What methods you will employ to ensure complaints received are actioned in a prompt, courteous and efficient manner * How you will use feedback from complaints received to improve your service delivery",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Provision of Social Value",
"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. Your response should make reference to and provide specific details of how you will successfully address the following criteria: * Timescales for delivery of the social value requirements; * The 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); * The 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, * Confirmation that the planned activities are additional to activities your organisation already undertakes; and, * How you will monitor and report on the delivery of the social value requirements and address any performance issues.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Lot 1 Tender Evaluation Sum",
"description": "Tender evaluation sum for Lot 1.",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As described in the procurement documents"
},
{
"type": "technical",
"description": "As described in the procurement documents"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2028-06-30T23:59:59+01:00",
"maxExtentDate": "2031-06-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "3 optional extensions of 12 months each"
}
},
{
"id": "2",
"title": "Lot 2: Water Hygiene Remedial Works",
"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.",
"status": "active",
"value": {
"amountGross": 960000,
"amount": 800000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Staff Management",
"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: * Details of your supervisory structure for controlling the staff undertaking the work * How you continually assess the experience, competency and qualifications of the staff which will undertake the service * The training you will provide to ensure that the skills of your staff are maintained * What methods you will employ to ensure staff and any sub contracting staff used to undertake the works have valid Access NI clearance.",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Service Delivery",
"description": "Demonstrate how you will manage the Service in respect of the following:- * How you will allocate remedial works to ensure works are completed in good time to minimise any risks to tenants, visitors or staff. * How you will monitor the contract to ensure the information stored on the electronic management system is accurate and up to date * How you will monitor the contract to ensure all records are uploaded on the electronic management system within the agreed time frames",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Safety & Security",
"description": "Demonstrate how you will manage the Service in respect of the following:- * The Health & Safety of your operational staff who undertake the remedial works, building users, visitors and the general public * The level of non-staff resources (systems and equipment) which you will use to ensure the Health & Safety of all those affected by the provision of the service * Your processes for reporting any near misses, incidents, accidents and / or injuries in the performance of the service * How you will approach working in occupied properties to minimise the inconvenience to the building users * How you will make arrangements for the security and protection of the building users belongings when working in occupied properties",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality & Complaints Management",
"description": "Demonstrate how you will manage the Service in respect of the following:- * What methods you will employ for identifying and rectifying unsatisfactory workmanship * What methods you will employ to ensure non-conforming workmanship does not recur * What methods you will employ to ensure the quality of sub-contractors workmanship is in accordance with good industry practice * What methods you will employ to ensure complaints received are actioned in a prompt, courteous and efficient manner * How you will use feedback from complaints received to improve your service delivery",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Lot 2 Tender Evaluation Sum",
"description": "Tender evaluation price for lot 2.",
"numbers": [
{
"number": 75,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As described in the procurement documents"
},
{
"type": "technical",
"description": "As described in the procurement documents"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2028-06-30T23:59:59+01:00",
"maxExtentDate": "2031-06-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "3 optional extensions of 12 months each"
}
}
],
"lotDetails": {
"maximumLotsAwardedPerSupplier": 1
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "023676-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/023676-2026",
"datePublished": "2026-03-16T15:54:38Z",
"format": "text/html"
}
]
},
"language": "en"
}