Tender

DfI TRAM Road Asset Management - Surfacing Framework B

  • DfI Transport and Road Asset Management (TRAM)

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

Notice identifier: 2025/S 000-071704

Procurement identifier (OCID): ocds-h6vhtk-05aa17 (view related notices)

Published 6 November 2025, 3:04pm



Scope

Reference

T-1156

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 £181.5m (ex VAT).

Commercial tool

Establishes a framework

Total value (estimated)

  • £181,500,000 excluding VAT
  • £217,800,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 2030
  • 4 years

Main procurement category

Works

CPV classifications

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45233200 - Various surface works

Lot constraints

Description of how multiple lots may be awarded:

Surfacing Framework B consists of five Lots, Project Lot (Lot 1) which will be used for One-Off Project Contracts to be awarded under mini-competitions and four Measured Term Contract (MTC) Lots (Lots 2-5). The Authority aims to appoint a Primary Supplier to each MTC Lot.

Suppliers are required to tender for Lot 1 and at least one other MTC Lot. A Supplier may bid for all four MTC Lots however the number of MTC Lots that may be awarded to one Supplier under this Framework shall not exceed:

Primary Supplier - 2 MTC Lots out of 4.

The Lot allocation process for this Procurement is set out in tender documents.

Not the same for all lots

Contract locations and options 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

Options

The right to additional purchases while the contract is valid.

Framework lot values may be shared with other lots.

Contract locations

  • UKN - Northern Ireland

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. 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 £36m (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 £45m (ex VAT).

Lot value (estimated)

  • £45,000,000 excluding VAT
  • £54,000,000 including VAT

Framework lot values may be shared with other lots

Options

The right to additional purchases while the contract is valid.

Framework lot values may be shared with other lots.

Contract locations

  • UKN06 - Belfast

Same for all lots

CPV classifications and contract dates 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

Options

The right to additional purchases while the contract is valid.

Framework lot values may be shared with other lots.

Contract locations

  • UKN0C - Causeway Coast and Glens

Same for all lots

CPV classifications and contract dates 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

Options

The right to additional purchases while the contract is valid.

Framework lot values may be shared with other lots.

Contract locations

  • UKN0B - Mid Ulster

Same for all lots

CPV classifications and contract dates 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

Options

The right to additional purchases while the contract is valid.

Framework lot values may be shared with other lots

Contract locations

  • UKN08 - Newry, Mourne and Down

Same for all lots

CPV classifications and contract dates 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 percentage fee to suppliers applies.

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

9 December 2025, 3:00pm

Tender submission deadline

9 December 2025, 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)

28 February 2026

Recurring procurement

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


Award criteria

Lot 1. SFB P1 (Projects Lot)

This table displays the award criteria of the lot
Name Type
Price Price
Quality Quality

Weighting description

In order to be considered for the role of a Community Supplier for Lot 1 [Project Lot], the Supplier must obtain a minimum overall assessment score of 50.00% or more for at least one MTC Lot it has tendered for.

All Suppliers that have not been excluded from the Procurement and who have met the Minimum Overall Assessment Score requirements for the Procurement will be appointed to the Project Lot on the Framework as a Community Supplier. All Community Suppliers will be eligible to tender for Lot...

Lot 2. SFB E2 (Belfast South)

Lot 3. SFB N2 (Coleraine and Limavady)

Lot 4. SFB W3 (Dungannon)

Lot 5. SFB S2 (Down)

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

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


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