Scope
Reference
T-1164
Description
This tender notice is for the award of a public contract through an open procedure in
accordance with section 20(1) and (2)(a) of the PA 2023.
RAM Surfacing Framework B will include the following work activities: delivery of two or
more concurrent resurfacing schemes on a public road; laying various types of asphalt
surfacing by mechanical means and by hand, reshaping of carriageways, adjustment of
street furniture to new levels, adjustment/provision of kerblines, adjustment/provision of carriageway drainage systems, Temporary Traffic Management, road marking/studs,
other associated ancillary works. The Framework will comprise of four area Lots (Works
Orders valued above £50k up to £750k) and a Project Lot (projects valued above £750k
up to £5m) covering the following areas:
- SFB E2 - Belfast South;
- SFB N2 - Coleraine & Limavady;
- SFB W3 - Dungannon; and
- SFB S2 - Down.
This Framework will deliver works from Call-Off contracts with an overall cumulative value of £150m (ex VAT) over the four year term. If the Contracting Authority is unable, for any reason, to award a new framework or to put in place an alternative regime to replace this Framework on its termination or expiry, any Call-Off Contract established under the Framework may be extended for a further period or periods up to a maximum of 12 additional months. This may increase the overall cumulative value to £180.25m (ex VAT).
Commercial tool
Establishes a framework
Total value (estimated)
- £180,250,000 excluding VAT
- £216,300,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 June 2026 to 31 May 2030
- 4 years
Options
The right to additional purchases while the contract is valid.
Framework lot values may be shared with other lots.
Main procurement category
Works
CPV classifications
- 45200000 - Works for complete or part construction and civil engineering work
- 45233200 - Various surface works
Lot constraints
Maximum number of lots a supplier can be awarded: 2
Not the same for all lots
Contract locations are shown in Lot sections, because they are not the same for all lots.
Lot 1. SFB P1 (Projects Lot)
Description
Lot for NEC4 Call-Off Contracts awarded following a mini-competition process for Work
Packages valued over £750k up to £5m covering all Framework contract areas.
Lot value (estimated)
- £24,000,000 excluding VAT
- £28,800,000 including VAT
Framework lot values may be shared with other lots
Contract locations
- UKN - Northern Ireland
Same for all lots
CPV classifications, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot 2. SFB E2 (Belfast South)
Description
ICC Measured Term Contract for asphalt surfacing works within the Belfast South contract
area (Works Orders valued above £50k up to £750k).
The proposed contract relates to works with a cumulative value of £35m (ex VAT) over a
four year term. If the Contracting Authority is unable, for any reason, to award a new
framework or to put in place an alternative regime to replace this Framework on its
termination or expiry, any Call-Off Contract established under this Framework may be
extended for a further period or periods up to a maximum of 12 additional months. This
may increase the value to £43.75m (ex VAT).
Lot value (estimated)
- £43,750,000 excluding VAT
- £52,500,000 including VAT
Framework lot values may be shared with other lots
Contract locations
- UKN06 - Belfast
Same for all lots
CPV classifications, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot 3. SFB N2 (Coleraine and Limavady)
Description
ICC Measured Term Contract for asphalt surfacing works within the Coleraine and
Limavady contract area (Works Orders valued above £50k up to £750k).
The proposed contract relates to works with a cumulative value of £34m (ex VAT) over a
four year term. If the Contracting Authority is unable, for any reason, to award a new
framework or to put in place an alternative regime to replace this Framework on its
termination or expiry, any Call-Off Contract established under this Framework may be
extended for a further period or periods up to a maximum of 12 additional months. This
may increase the value to £42.5m (ex VAT).
Lot value (estimated)
- £42,500,000 excluding VAT
- £51,000,000 including VAT
Framework lot values may be shared with other lots
Contract locations
- UKN0C - Causeway Coast and Glens
Same for all lots
CPV classifications, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot 4. SFB W3 (Dungannon)
Description
ICC Measured Term Contract for asphalt surfacing works within the Dungannon contract
area (Works Orders valued above £50k up to £750k).
The proposed contract relates to works with a cumulative value of £29.2m (ex VAT) over
a four year term. If the Contracting Authority is unable, for any reason, to award a new
framework or to put in place an alternative regime to replace this Framework on its
termination or expiry, any Call-Off Contract established under this Framework may be
extended for a further period or periods up to a maximum of 12 additional months. This
may increase the value to £36.5m (ex VAT).
Lot value (estimated)
- £36,500,000 excluding VAT
- £43,800,000 including VAT
Framework lot values may be shared with other lots
Contract locations
- UKN0B - Mid Ulster
Same for all lots
CPV classifications, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot 5. SFB S2 (Down)
Description
ICC Measured Term Contract for asphalt surfacing works within the Newry, Mourne &
Down East (Down) contract area (Works Orders valued above £50k up to £750k).
The proposed contract relates to works with a cumulative value of £29.2m (ex VAT) over
a four year term. If the Contracting Authority is unable, for any reason, to award a new
framework or to put in place an alternative regime to replace this Framework on its
termination or expiry, any Call-Off Contract established under this Framework may be
extended for a further period or periods up to a maximum of 12 additional months. This
may increase the value to £33.5m (ex VAT).
Lot value (estimated)
- £33,500,000 excluding VAT
- £40,200,000 including VAT
Framework lot values may be shared with other lots
Contract locations
- UKN08 - Newry, Mourne and Down
Same for all lots
CPV classifications, contract dates and options 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
Four Measured Term Contracts (MTCs) covering four Contract Areas (Lots 2-5) will be
awarded upon execution of the Framework. A Primary Supplier and Reserve Supplier will
be appointed for each MTC Lot, as a result of the evaluation of the Framework tender submissions. The Primary Supplier will be required to carry out any such Works instructed by a Works Order, issued under the provisions of the MTC Call-Off Contract. The Call-Off Procedure for MTCs is set out in Volume 2 - Framework Information of the Framework contract documents.
All Suppliers that submit a valid tender for any MTC Lot and meet the minimum
assessment requirements will be appointed as a Community Supplier on the Project Lot
(Lot 1).
The Authority may, during the term of the Framework, identify one-off projects (within the range value of £750k to £5M) arising anywhere within the entire area covered by the Framework. Subject to eligibility rules, all Suppliers appointed to the Project Lot will be eligible to tender for these projects.
The Call-Off Procedure for One-Off Project Contracts is set out in Volume 2 - Framework Information of the Framework Contract Documents.
Award method when using the framework
With competition
Contracting authorities that may use the framework
Establishing party only
Participation
Particular suitability
Lot 1. SFB P1 (Projects Lot)
Lot 2. SFB E2 (Belfast South)
Lot 3. SFB N2 (Coleraine and Limavady)
Lot 4. SFB W3 (Dungannon)
Lot 5. SFB S2 (Down)
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
18 March 2026, 3:00pm
Tender submission deadline
18 March 2026, 3:00pm
Submission address and any special instructions
Tenders must be submitted electronically via the relevant Call for Tender (CfT)
opportunity on eTendersNI, website details immediately below.
Paper submissions will not be accepted or considered and will be rejected by the
Contracting Authority .
The tender documents are available with unrestricted and full direct access, free of
charge, at: URL https://etendersni.gov.uk/epps
For this procurement, all Supplier Technical and Financial submissions must be uploaded exclusively via Lot 1 (SFB P1 - Project Lot) on the eTendersNI platform. Lot 1 will serve as the single, centralised submission point for all Lots within the Framework. Accordingly, Suppliers must select Lot 1 on eTendersNI (in addition to all other Lots they are tendering for) regardless of whether they are submitting a tender for Lot 1 itself.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
18 May 2026
Recurring procurement
Publication date of next tender notice (estimated): 1 January 2030
Award criteria
Lot 1. SFB P1 (Projects Lot)
| Name | Description | Type | Order of importance |
|---|---|---|---|
| Price | Price |
Price | 1 |
| Quality | Quality |
Quality | 2 |
Lot 2. SFB E2 (Belfast South)
Lot 4. SFB W3 (Dungannon)
Lot 5. SFB S2 (Down)
| Name | Type | Weighting |
|---|---|---|
| Price | Price | 70% |
| Quality | Quality | 20% |
| Social Value | Quality | 10% |
Lot 3. SFB N2 (Coleraine and Limavady)
| Name | Type | Weighting |
|---|---|---|
| Price | Quality | 70% |
| Quality | Quality | 20% |
| Social Value | Quality | 10% |
Other information
Payment terms
For further details on invoicing procedures please see : https://www.financeni.
Description of risks to contract performance
The Authority has identified the following risks as risks that satisfy the criteria of Schedule 8 sub-paragraph (6)(a) of the Procurement Act 2023 i.e. that the risk/s could jeopardise the satisfactory performance of the contract but, because of their nature, cannot be addressed in the contract as awarded:
1. (a) Extreme Adverse Weather Impacts and Climate Change: Extreme weather events
(in particular, high winds, tidal surges and heavy rainfall) may impact service delivery.
Increased extreme weather events and storm frequency may require future adaptation of
the works carried out under this Framework. Such events may result in significant
localised impacts within geographical location, e.g. specific Contract Areas, requiring
changes to the scale or emphasis of contracted works. For NEC4 Project Call-Offs,
Suppliers may be required to comply with Option X29 Climate Change Requirements,
which could affect reporting obligations and data collection.
(b) Regulatory and Policy Changes: The Authority is engaged in developing policy in
relation to Net Zero. The introduction of this policy and any potential new obligations in
relation to environmental regulations may require adjustments to the scope of works
provided under this Framework. The Framework and Call-Offs may be required to align
with the Authority's future net zero and sustainability strategies. Changes to national or
local carbon reduction targets may require modifications to materials, methods, or delivery schedules.
(c) Changes to DfI internal policy: The Authority is engaged in developing a strategy for a
new approach to how the public road network is maintained. This strategy seeks to deliver a structured approach to road maintenance through high-quality interventions that are focused, targeted and based on reliable and timely analytics. The scope of services may be affected by anticipated reforms introduced by the strategy. There is also a known risk that priorities may shift, requiring changes to the scope or emphasis of contracted works.
AND
2. Has concluded that there is a possibility that the contract may have to be modified as a result of a materialisation of the known risk/s at a later date in accordance with Schedule 8 paragraph 5 of the Procurement Act 2023.
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Justification for not publishing a preliminary market engagement notice
UK2: Preliminary market engagement notice for this procurement was published as follows:
Notice identifier: 2025/S 000-063090
Procurement identifier (OCID): ocds-h6vhtk-05aa17
Published 8 October 2025, 8:58am
Contracting authority
DfI Transport and Road Asset Management (TRAM)
- Public Procurement Organisation Number: PYQH-8789-DZPG
James House, 2-4 Cromac Avenue
Belfast
BT7 2JA
United Kingdom
Region: UKN06 - Belfast
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland