Section one: Contracting authority
one.1) Name and addresses
Department for Infrastructure
James House, 2-4 Cromac Avenue
Belfast
BT7 2JA
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etendersni.gov.uk/epps
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DfI TRAM T-1145 Framework Contract for Surfacing Framework A
two.1.2) Main CPV code
- 45200000 - Works for complete or part construction and civil engineering work
two.1.3) Type of contract
Works
two.1.4) Short description
RAM Surfacing Framework A will deliver Works through Call-Off Contracts for all lots under the Framework. These works may include but are not limited to: laying carriageway asphalt surfacing; delivery of two or more concurrent resurfacing schemes on a public road; reshaping of carriageways; delivery of Temporary Traffic Management; adjustment of street furniture to new levels; adjustment and/or provision of kerb lines; adjustment and/or provision of carriageway drainage systems; provision of road markings and studs. The Framework will comprise of five area Lots (delivering multiple Works Orders each valued between £50k to £750k) and a Project Lot (delivering projects valued between £750k and £5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.
two.1.5) Estimated total value
Value excluding VAT: £242,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
6
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
SFA P1 (Projects Lot)
Lot No
1
two.2.2) Additional CPV code(s)
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
RAM Surfacing Framework A will deliver Works through Call-Off Contracts for all lots under the Framework. These works may include but are not limited to: laying carriageway asphalt surfacing; delivery of two or more concurrent resurfacing schemes on a public road; reshaping of carriageways; delivery of Temporary Traffic Management; adjustment of street furniture to new levels; adjustment and/or provision of kerb lines; adjustment and/or provision of carriageway drainage systems; provision of road markings and studs. The Framework will comprise of five area Lots (delivering multiple Works Orders each valued between £50k to £750k) and a Project Lot (delivering projects valued between £750k and £5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £30,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Initial duration is 4 years, there is an option to extend this contract up to a maximum of 12 months at the discretion of the Contracting Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
SFA N1 (Mid and East Antrim)
Lot No
2
two.2.2) Additional CPV code(s)
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
two.2.3) Place of performance
NUTS codes
- UKN0F - Mid and East Antrim
two.2.4) Description of the procurement
RAM Surfacing Framework A will deliver Works through Call-Off Contracts for all lots under the Framework. These works may include but are not limited to: laying carriageway asphalt surfacing; delivery of two or more concurrent resurfacing schemes on a public road; reshaping of carriageways; delivery of Temporary Traffic Management; adjustment of street furniture to new levels; adjustment and/or provision of kerb lines; adjustment and/or provision of carriageway drainage systems; provision of road markings and studs. The Framework will comprise of five area Lots (delivering multiple Works Orders each valued between £50k to £750k) and a Project Lot (delivering projects valued between £750k and £5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £48,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Initial duration is 4 years, there is an option to extend this contract up to a maximum of 12 months at the discretion of the Contracting Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
SFA S1 (Newry and Mourne)
Lot No
3
two.2.2) Additional CPV code(s)
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
two.2.3) Place of performance
NUTS codes
- UKN08 - Newry, Mourne and Down
two.2.4) Description of the procurement
RAM Surfacing Framework A will deliver Works through Call-Off Contracts for all lots under the Framework. These works may include but are not limited to: laying carriageway asphalt surfacing; delivery of two or more concurrent resurfacing schemes on a public road; reshaping of carriageways; delivery of Temporary Traffic Management; adjustment of street furniture to new levels; adjustment and/or provision of kerb lines; adjustment and/or provision of carriageway drainage systems; provision of road markings and studs. The Framework will comprise of five area Lots (delivering multiple Works Orders each valued between £50k to £750k) and a Project Lot (delivering projects valued between £750k and £5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £47,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Initial duration is 4 years, there is an option to extend this contract up to a maximum of 12 months at the discretion of the Contracting Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
SFA W1 (Cookstown and Magherafelt)
Lot No
4
two.2.2) Additional CPV code(s)
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
two.2.3) Place of performance
NUTS codes
- UKN0B - Mid Ulster
two.2.4) Description of the procurement
RAM Surfacing Framework A will deliver Works through Call-Off Contracts for all lots under the Framework. These works may include but are not limited to: laying carriageway asphalt surfacing; delivery of two or more concurrent resurfacing schemes on a public road; reshaping of carriageways; delivery of Temporary Traffic Management; adjustment of street furniture to new levels; adjustment and/or provision of kerb lines; adjustment and/or provision of carriageway drainage systems; provision of road markings and studs. The Framework will comprise of five area Lots (delivering multiple Works Orders each valued between £50k to £750k) and a Project Lot (delivering projects valued between £750k and £5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £46,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Initial duration is 4 years, there is an option to extend this contract up to a maximum of 12 months at the discretion of the Contracting Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
SFA W2 (Omagh)
Lot No
5
two.2.2) Additional CPV code(s)
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
two.2.3) Place of performance
NUTS codes
- UKN0G - Fermanagh and Omagh
two.2.4) Description of the procurement
RAM Surfacing Framework A will deliver Works through Call-Off Contracts for all lots under the Framework. These works may include but are not limited to: laying carriageway asphalt surfacing; delivery of two or more concurrent resurfacing schemes on a public road; reshaping of carriageways; delivery of Temporary Traffic Management; adjustment of street furniture to new levels; adjustment and/or provision of kerb lines; adjustment and/or provision of carriageway drainage systems; provision of road markings and studs. The Framework will comprise of five area Lots (delivering multiple Works Orders each valued between £50k to £750k) and a Project Lot (delivering projects valued between £750k and £5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £42,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
SFA E1 (Belfast North)
Lot No
6
two.2.2) Additional CPV code(s)
- 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
RAM Surfacing Framework A will deliver Works through Call-Off Contracts for all lots under the Framework. These works may include but are not limited to: laying carriageway asphalt surfacing; delivery of two or more concurrent resurfacing schemes on a public road; reshaping of carriageways; delivery of Temporary Traffic Management; adjustment of street furniture to new levels; adjustment and/or provision of kerb lines; adjustment and/or provision of carriageway drainage systems; provision of road markings and studs. The Framework will comprise of five area Lots (delivering multiple Works Orders each valued between £50k to £750k) and a Project Lot (delivering projects valued between £750k and £5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £27,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Initial duration is 4 years, there is an option to extend this contract up to a maximum of 12 months at the discretion of the Contracting Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 50
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-036074
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
20 January 2025
Local time
3:00pm
Changed to:
Date
11 February 2025
Local time
3:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 20 May 2025
four.2.7) Conditions for opening of tenders
Date
20 January 2025
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
In March 2023, the Department for Infrastructure (DfI) published the Procurement Enhancement Programme procurement strategy, developed to provide an efficient and value for money procurement route for the delivery of road asset maintenance across Northern Ireland. A key output of this strategy is the introduction of a suite of eleven Road Asset Management (RAM) Frameworks covering all roads maintenance and improvement works valued at up to £5 million. ---------------------------------------------------------------------------------------------------------------------------------------. . Four Surfacing Frameworks (A, B, C and D) have been developed by DfI to ensure the effective, efficient, and reliable delivery of road surfacing schemes across the Northern Ireland public road network. Each framework will last four years, covering surfacing requirements across a specified set of geographical areas and provide an opportunity for suppliers that have the capacity and appetite to deliver all types of surfacing schemes valued from £50k up to £5m. Each Framework will be divided into Lots in accordance with Regulation 46 of the Public Contract Regulations 2015. This arrangement has been adopted in order to ensure security of service delivery, preserve competition and encourage participation by SMEs. One surfacing framework is expected to be released every year. There will be restrictions on the number of Lots that an individual supplier can be awarded, both within and across the surfacing frameworks, full details of which will be set out in the procurement documents. ---------------------------------------------------------------------------------------------------------------------------------------. . Under Surfacing Framework A (this procurement), there are a total of six Lots. There is one Lot (Lot 1) covering all surfacing schemes valued from £750k to £5m across the geographical area covered by the Framework. Multiple suppliers will be appointed to this Lot. Call-Off Contracts awarded under Lot 1 are intended to be awarded following mini-competitions. There are five Lots (Lots 2 to 6) each covering all surfacing schemes valued from £50k to £750k which are to be delivered within a defined geographical area. It is intended that a Primary Supplier will be appointed to each of Lots 2 to 6 and following Framework award the Primary Supplier will be awarded a Measured Term Contract (MTC) Call-Off Contract. Subject to performance, it is intended that all Works Orders for schemes valued from £50k to £750k within the Lot contract area will be placed with the Primary Supplier via the MTC Call-Off Contract. For each of Lots 2 to 6, a Reserve Supplier will also be appointed to provide delivery resilience, in line with procedures set out in the Framework. ---------------------------------------------------------------------------------------------------------------------------------------. . Suppliers that are interested in this Surfacing Framework will be required to tender for Lot 1 and at least one of Lots 2 to 6. The number of MTC Lots a single Economic Operator may be awarded under this Framework shall not exceed: (i) Primary Supplier - two MTC Lots out of five and (ii) Primary and Reserve Supplier (Combined) - four MTC Lots out of five. In addition to these competition specific limits, there will be limits on the number of Primary Supplier Lots that can be awarded to any one Economic Operator when assessed across all Surfacing Frameworks (A-D). The maximum number of Lots that a Single Economic Operator may be awarded in any one TRAM Division is one less than the total Lots contained in that Division. The maximum number of Lots to which an Economic Operator can be appointed as Primary Supplier across all four Surfacing Frameworks (A-D) cumulatively, is five out of seventeen. ---------------------------------------------------------------------------------------------------------------------------------------. . Further information on DfI's Procurement Enhancement Programme and Road Asset Management Frameworks can be found in the document titled RAM FRAMEWORKS - PROCUREMENT ESSENTIALS at the following link: https://www.infrastructure-ni.gov.uk/publications/department-infrastructure-roads-works-and-maintenance-procurement-enhancement-programme--------------------------------------------------------------------------------------------------------------------------------------. . The Contracting. Authority considers that this framework may be suitable for economic operators that are Small or Medium Enterprises. (SMEs). The. evaluation of submissions will be based solely on the criteria set out for the procurement, and the contract will be. awarded on the basis stated in II.2.5). All documents will only be available on line through the eTendersNI portal: (1) If your company is. not already registered on eTendersNI you may do so through the eTendersNI portal https://etendersni.gov.uk/epps/. home.do — Select. the “Register as a Supplier” link and follow the on screen instructions. 2) Expression of Interest and access to tender documentation You may “Express an Interest” in a project and access the tender documentation via the projects CfT Menu. If you require assistance. or help to navigate the site please consult the on-line help, or contact the eTendersNI help desk. The documents may be downloaded up to the closing date and time for the submission. Submissions must be completed and returned to the Contracting Authority using. the online eTendersNI portal, to arrive not later than the time and date as stated in IV.2.2). The Contracting Authority is utilising an. electronic tendering system to manage this procurement and to communicate with Economic Operators. Accordingly, it is intended that all communications with the Contracting Authority, including the accessing and submission of tender responses, will be conducted via eTendersNI. ---------------------------------------------------------------------------------------------------------------------------------------. . . Poor Performance, as part of its contract management procedures: the Contracting Authority and their CoPE will use the Protocol for Managing Poor Supplier. Performance contained in the Procurement documentation. The protocol sets out a series of five escalating stages to enable Contracting. Authorities and their CoPEs to manage poor performance by suppliers. At Stage 4, as an alternative to terminating the contract, senior. management in the Contracting Authority/CoPE can issue a Notice of Written Warning. At Stage 5, as an alternative to terminating the. contract, a notice of unsatisfactory performance can be issued to the Economic Operator. These notices remain current for the period of. time stated in the protocol and an Economic Operator must declare, in subsequent procurement competitions, if it has received a current. Notice of Written Warning or a current Notice of Unsatisfactory Performance within 3 years of the TP Submission Deadline. If an Economic. Operator has received more than one current Notice of Written Warning the Contracting Authority/CoPE, at its discretion, can consider. an Economic Operator’s exclusion from future procurement competitions, being undertaken on behalf of bodies covered by the Northern. Ireland Public Procurement Policy, for a minimum period of 12 months. If an Economic Operator is subject to a notice of unsatisfactory. performance the Contracting Authority/CoPE, at its discretion, can consider the Economic Operator’s exclusion from future procurement. competitions, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy, for a period of 3 years.List of public bodies to which NI public procurement policy applies Department of Finance (finance-ni.gov.uk).
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
Chichester Street
Belfast
BT1 3JF
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
DfI will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.