Tender

DfI TRAM Framework Contract for Surface Dressing

  • DfI Transport and Road Asset Management (TRAM)

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

Notice identifier: 2025/S 000-071538

Procurement identifier (OCID): ocds-h6vhtk-05a99b (view related notices)

Published 6 November 2025, 11:00am



Scope

Reference

T-1146

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.

The Department for Infrastructure - Transport and Road Asset Management (TRAM) intends to establish a multi-contractor, multi-lot framework, for the delivery of Surface Dressing.

The Framework will include the following work activities: application of surface dressing, associated road markings, delivery of temporary traffic management as part of associated civils works on live trafficked public roads, and other associated ancillary works.

The Framework will comprise of seven Area Lots (1-7). A Measured Term Contract (MTC) Call-Off will be awarded for each Area Lot as listed below. Each MTC will deliver surface dressing works commissioned through Works Orders, each with a value of up to £750k.

Area Lots are:

SDF S2 - Newry, Mourne and Down / Ards and North Down;

SDF W2 - Derry and Strabane / Fermanagh and Omagh;

SDF S1 - Armagh, Banbridge and Craigavon;

SDF W1 - Mid Ulster;

SDF N1 - Causeway Coast and Glens;

SDF N2 - Mid and East Antrim / Antrim and Newtownabbey;

SDF E1 - Belfast / Lisburn and Castlereagh.

Framework award is expected to be in April 2026. However, works under the MTC Call-Off Contracts are not anticipated to commence until the 2027 Surface Dressing season, likely to commence in May 2027.

This Framework will deliver works from Call-Off contracts with an overall cumulative value of £80m (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 £100m (ex VAT).

Commercial tool

Establishes a framework

Total value (estimated)

  • £100,000,000 excluding VAT
  • £120,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 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

  • 45220000 - Engineering works and construction works
  • 45233200 - Various surface works
  • 45233220 - Surface work for roads

Contract locations

  • UKN0 - Northern Ireland

Lot constraints

Maximum number of lots a supplier can be awarded: 3

Description of how multiple lots may be awarded:

The Lot allocation process for this Procurement is set out in tender documents - IFT-PART A, Section 10.7 & 10.8 and IFT-PART B Section 7.18.

The number of MTC Lots that may be awarded to one Supplier under this Framework shall not exceed:

(i) Primary Supplier - 3 MTC Lots out of 7 and

(ii) Primary and Reserve Supplier (Combined) - 5 MTC Lots out of 7.


Lot 1. SDF S2 (Newry, Mourne & Down / North Down & Ards)

Description

ICC Measured Term Contract for Surface Dressing works within the Newry, Mourne & Down / North Down & Ards contract area (individual Works Orders valued up to £750k).

The proposed contract relates to works with a cumulative value of £18m (ex VAT) over a four year term. If the 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 £22.5m (ex VAT).

Lot value (estimated)

  • £22,500,000 excluding VAT
  • £27,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

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


Lot 2. SDF W2 (Derry & Strabane / Fermanagh & Omagh)

Description

ICC Measured Term Contract for Surface Dressing works within the Derry & Strabane / Fermanagh & Omagh contract area (individual Works Orders valued up to £750k).

The proposed contract relates to works with a cumulative value of £17m (ex VAT) over a four year term. If the 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 £21.25m (ex VAT).

Lot value (estimated)

  • £21,250,000 excluding VAT
  • £25,500,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

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


Lot 3. SDF S1 (Armagh, Banbridge & Craigavon)

Description

ICC Measured Term Contract for Surface Dressing works within the Armagh, Banbridge & Craigavon contract area (individual Works Orders valued up to £750k).

The proposed contract relates to works with a cumulative value of £12m (ex VAT) over a four year term. If the 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 £15m (ex VAT).

Lot value (estimated)

  • £15,000,000 excluding VAT
  • £18,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

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


Lot 4. SDF W1 (Mid Ulster N & S)

Description

ICC Measured Term Contract for Surface Dressing works within the Mid Ulster North & South contract area (individual Works Orders valued up to £750k).

The proposed contract relates to works with a cumulative value of £12m (ex VAT) over a four year term. If the 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 £15m (ex VAT).

Lot value (estimated)

  • £15,000,000 excluding VAT
  • £18,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

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


Lot 5. SDF N1 (Causeway Coast & Glens E & W)

Description

ICC Measured Term Contract for Surface Dressing works within the Causeway Coast & Glens East & West contract area (individual Works Orders valued up to £750k).

The proposed contract relates to works with a cumulative value of £9m (ex VAT) over a four year term. If the 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 £11.25m (ex VAT).

Lot value (estimated)

  • £11,250,000 excluding VAT
  • £13,500,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

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


Lot 6. SDF N2 (Mid & East Antrim / Antrim & Newtownabbey)

Description

ICC Measured Term Contract for Surface Dressing works within the Mid & East Antrim / Antrim & Newtownabbey contract area (individual Works Orders valued up to £750k).

The proposed contract relates to works with a cumulative value of £8m (ex VAT) over a four year term. If the 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 £10m (ex VAT).

Lot value (estimated)

  • £10,000,000 excluding VAT
  • £12,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

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


Lot 7. SDF E1 (Belfast N / Belfast S / Lisburn & Castlereagh)

Description

ICC Measured Term Contract for Surface Dressing works within the Belfast North / Belfast South / Lisburn & Castlereagh contract area (individual Works Orders valued up to £750k).

The proposed contract relates to works with a cumulative value of £4m (ex VAT) over a four year term. If the 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 £5m (ex VAT).

Lot value (estimated)

  • £5,000,000 excluding VAT
  • £6,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations, 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

1%

Further information about fees

No fees apply.

Justification for framework term over 4 years

The Framework contract may be extended in accordance with Section 74 of the Procurement Act 2023 Modifying a public contract.

Framework operation description

Seven Measured Term Contracts (MTCs) covering seven Contract Areas (Lots 1-7) 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.

Award method when using the framework

With competition

Contracting authorities that may use the framework

Establishing party only


Participation

Legal and financial capacity conditions of participation

Lot 1. SDF S2 (Newry, Mourne & Down / North Down & Ards)

Lot 2. SDF W2 (Derry & Strabane / Fermanagh & Omagh)

Lot 3. SDF S1 (Armagh, Banbridge & Craigavon)

Lot 4. SDF W1 (Mid Ulster N & S)

Lot 5. SDF N1 (Causeway Coast & Glens E & W)

Lot 6. SDF N2 (Mid & East Antrim / Antrim & Newtownabbey)

Lot 7. SDF E1 (Belfast N / Belfast S / Lisburn & Castlereagh)

As per Tender Stage documentation - Refer to IFT & TSP documentation.

Technical ability conditions of participation

Lot 1. SDF S2 (Newry, Mourne & Down / North Down & Ards)

Lot 2. SDF W2 (Derry & Strabane / Fermanagh & Omagh)

Lot 3. SDF S1 (Armagh, Banbridge & Craigavon)

Lot 4. SDF W1 (Mid Ulster N & S)

Lot 5. SDF N1 (Causeway Coast & Glens E & W)

Lot 6. SDF N2 (Mid & East Antrim / Antrim & Newtownabbey)

Lot 7. SDF E1 (Belfast N / Belfast S / Lisburn & Castlereagh)

As per Tender Stage documentation - Refer to IFT & TSP documentation.

Particular suitability

Lot 1. SDF S2 (Newry, Mourne & Down / North Down & Ards)

Lot 2. SDF W2 (Derry & Strabane / Fermanagh & Omagh)

Lot 3. SDF S1 (Armagh, Banbridge & Craigavon)

Lot 4. SDF W1 (Mid Ulster N & S)

Lot 5. SDF N1 (Causeway Coast & Glens E & W)

Lot 6. SDF N2 (Mid & East Antrim / Antrim & Newtownabbey)

Lot 7. SDF E1 (Belfast N / Belfast S / Lisburn & Castlereagh)

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

10 December 2025, 11:59pm

Tender submission deadline

10 December 2025, 11:59pm

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 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 (SDF S2) 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)

3 March 2026

Recurring procurement

Publication date of next tender notice (estimated): 1 November 2029


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Price Price 70%
Quality Quality 20%
Social Value Quality 10%

Other information

Payment terms

For further details on invoicing procedures please see : https://www.finance-ni.gov.uk/articles/account-ni-good-invoicing-practice

Description of risks to contract performance

Procurement Act 2023 Section 74(1)(a) and schedule 8 para 5 (1) A Materialisation of a known risk

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, extreme high or low temperatures, 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.

(b) Regulatory and Policy Change: 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


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