Tender

DfI TRAM - Supply and Delivery of Permanent Cold-lay Surfacing Material (PCSM) - 2 Lots

  • DfI Transport and Road Asset Management (TRAM)

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

Notice identifier: 2025/S 000-081927

Procurement identifier (OCID): ocds-h6vhtk-059b29 (view related notices)

Published 11 December 2025, 12:15pm



Scope

Reference

CfT 5858089

Description

Permanent Cold-lay Surfacing Material (PCSM)

The requirement has been divided into the following 2 lots:

Lot 1 - PCSM product for use on the network.

Lot 2 - PCSM product for use on the network in wet weather conditions (water activated binder).

Total value (estimated)

  • £1,200,000 excluding VAT
  • £1,440,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 2 March 2026 to 1 March 2029
  • Possible extension to 1 March 2030
  • 4 years

Description of possible extension:

Following the initial contract period, there is 1 potential extension period of up to 12 months. Optional extension periods will be subject to review and satisfactory performance assessment by the Contracting Authority.

Main procurement category

Goods

CPV classifications

  • 44113800 - Road-surfacing materials

Contract locations

  • UKN - Northern Ireland

Lot 1. PCSM product for use on the network

Description

Permanent Cold-Lay Surfacing Material - road repair material supplied in bag and tub.

Lot value (estimated)

  • £576,000 excluding VAT
  • £691,200 including VAT

Same for all lots

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


Lot 2. PCSM product for use on the network in wet weather conditions (water activated binder).

Description

Permanent Cold-Lay Surfacing Material - water activated - road repair material supplied in bag and tub.

Lot value (estimated)

  • £624,000 excluding VAT
  • £748,800 including VAT

Same for all lots

CPV classifications, contract locations 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. PCSM product for use on the network

Lot 2. PCSM product for use on the network in wet weather conditions (water activated binder).

As per Tender documentation

Particular suitability

Lot 1. PCSM product for use on the network

Lot 2. PCSM product for use on the network in wet weather conditions (water activated binder).

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

11 January 2026, 3:00pm

Tender submission deadline

15 January 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 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)

27 February 2026

Recurring procurement

Publication date of next tender notice (estimated): 1 January 2030


Award criteria

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

As per Tender documentation

Cost 100%

Other information

Payment terms

For further details on invoicing procedures please see : https://www.finance-ni.gov.uk/ar ticles/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 can not 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 2-4 Cormac Avenue, The Gasworks Business Park

BELFAST

BT7 2JA

United Kingdom

Region: UKN06 - Belfast

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland