Tender

Provision of Commercial Vehicle and Specialist Body Maintenance for the Greater Belfast and Northwest Areas. (2 Lots)

  • DfI Transport and Road Asset Management (TRAM)

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-067854

Procurement identifier (OCID): ocds-h6vhtk-05d28d

Published 23 October 2025, 2:26pm



Scope

Reference

CfT 6114722

Description

Department for Infrastructure NI has a requirement for the provision of commercial vehicle and specialist body maintenance for the Greater Belfast and North-West areas. A separate contract will be awarded for each of the following lots:

• Lot 1 - Northwest (Northbrook Workshop)

• Lot 2 - Northeast (Ballykeel Workshop)

Total value (estimated)

  • £2,250,000 excluding VAT
  • £2,700,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 28 January 2026 to 27 January 2028
  • Possible extension to 27 January 2031
  • 5 years

Description of possible extension:

2 Year Initial Contract Period with the option to extend for a further 3 periods of up to 12 months.

Main procurement category

Services

CPV classifications

  • 50000000 - Repair and maintenance services
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment

Lot 1. Eastern

Description

Belfast Areas

Lot value (estimated)

  • £1,350,000 excluding VAT
  • £1,620,000 including VAT

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Western

Description

Londonderry areas

Lot value (estimated)

  • £900,000 excluding VAT
  • £1,080,000 including VAT

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Participation

Technical ability conditions of participation

Lot 1. Eastern

Lot 2. Western

As per Tender documentation

Particular suitability

Lot 1. Eastern

Lot 2. Western

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

19 November 2025, 2:00pm

Tender submission deadline

28 November 2025, 2:00pm

Submission address and any special instructions

Tenders must be submitted electronically via the relevant Call for Tender (CfT) opportunity on eTendersNI, website details below.

Paper submissions will not be accepted or considered and will be rejected by the Contracting Authority / Buyer.

The tender documents are available with unrestricted and full direct access, free of charge, at: URL https://etendersni.gov.uk/epps

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

18 December 2025

Recurring procurement

Publication date of next tender notice (estimated): 28 July 2030


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Quantitative Criteria

As per Tender documentation

Cost 70%
Qualitative Criteria

Mandatory Requirements PASS/FAIL

Award Criteria

AC1 Maintenance Facility 10%

AC2 Technical Capability 10%

AC3 Social Value 10%

Quality 30%

Other information

Payment terms

For further details on invoicing procedures please see :

https://www.finance-ni.gov.uk/articles/account-ni-good-invoicing-practice

Contract Value

The estimated value figure indicated in the Scope Section represents an overall estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. The contracting Authority cannot provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Suppliers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Supplier in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and a Supplier shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority.

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

DfI Transport and Road Asset Management (TRAM)

  • Public Procurement Organisation Number: PYQH-8789-DZPG

James House, Cromac Avenue

Belfast

BT7 2JB

United Kingdom

Region: UKN06 - Belfast

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland