Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK2

Framework for Watercourse Maintenance

  • First published: 21 February 2026
  • Last modified: 21 February 2026
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-065984
Published by:
DfI Transport and Road Asset Management (TRAM)
Authority ID:
AA86816
Publication date:
21 February 2026
Deadline date:
06 March 2026
Notice type:
UK2
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Framework for Watercourse Maintenance will encompass five Measured Term Contracts to deliver watercourse maintenance in the following Contract Areas:A. WME1 (Armagh);B. WME2 (Lisburn and Greater Belfast);C. WMW1 (Coleraine);D. WMW2 (Omagh); andE. WMW3 (Fermanagh).Within each Contract Area, the works to be undertaken under this Contract may include, but not be limited to, the following Principal Work Activities which are provided by way of example:A. Maintenance of Watercourses; B. Riverbank & Flood Defence maintenance and scrub clearance;C. Tree felling/removal; and D. Provision of labour/plant. Further ancillary works may be asked of the successful Supplier such as: A. Treatment of aquatic weed/invasive species. Within each Contract Area, the successful Supplier will be required to carry out any such works instructed by a Works Order, issued under the provisions of the Contract. Such works will require a standard of works delivery consistent with that defined in the Procurement Documents. Reimbursement to the successful Supplier for such works will be paid generally on the basis of an applicable Schedule of Rates and Prices (SoRP), adjusted in line with permitted price-fluctuation-factor provisions.For each Contract Area, it is likely that the successful Supplier will be required to work at more than one location at any one time in order to meet the requirements of the programme of work for each Contract Area.Successful Suppliers will be expected to have sufficiently skilled and available resources necessary to meet the requirements of such a programme and will be required to include in its rates and prices for the inevitable peaks and troughs that will be inherent in any such programme. Such peaks and troughs may result from a variety of circumstances, not all within the control of the Department. The financial limits for individual Works Orders under this Contract shall generally be between £1 – £250,000 GBP.

Full notice text

Scope

Procurement reference

T-1162

Procurement description

The Framework for Watercourse Maintenance will encompass five Measured Term Contracts to deliver watercourse maintenance in the following Contract Areas:

A. WME1 (Armagh);

B. WME2 (Lisburn and Greater Belfast);

C. WMW1 (Coleraine);

D. WMW2 (Omagh); and

E. WMW3 (Fermanagh).

Within each Contract Area, the works to be undertaken under this Contract may include, but not be limited to, the following Principal Work Activities which are provided by way of example:

A. Maintenance of Watercourses;

B. Riverbank & Flood Defence maintenance and scrub clearance;

C. Tree felling/removal; and

D. Provision of labour/plant.

Further ancillary works may be asked of the successful Supplier such as:

A. Treatment of aquatic weed/invasive species.

Within each Contract Area, the successful Supplier will be required to carry out any such works instructed by a Works Order, issued under the provisions of the Contract. Such works will require a standard of works delivery consistent with that defined in the Procurement Documents. Reimbursement to the successful Supplier for such works will be paid generally on the basis of an applicable Schedule of Rates and Prices (SoRP), adjusted in line with permitted price-fluctuation-factor provisions.

For each Contract Area, it is likely that the successful Supplier will be required to work at more than one location at any one time in order to meet the requirements of the programme of work for each Contract Area.

Successful Suppliers will be expected to have sufficiently skilled and available resources necessary to meet the requirements of such a programme and will be required to include in its rates and prices for the inevitable peaks and troughs that will be inherent in any such programme. Such peaks and troughs may result from a variety of circumstances, not all within the control of the Department.

The financial limits for individual Works Orders under this Contract shall generally be between £1 – £250,000 GBP.

Main category

Works

Delivery regions

  • UKN - Northern Ireland
  • UKN0 - Northern Ireland

Contract dates (estimated)

01 October 2026, 00:00AM to 30 September 2030, 23:59PM

Is a framework being established?

Yes

Contracting authority

DfI Transport and Road Asset Management (TRAM)

Identification register:

  • GB-PPON

Address 1: James House, 2-4 Cromac Avenue

Town/City: Belfast

Postcode: BT7 2JA

Country: United Kingdom

Website: http://www.infrastructure-ni.gov.uk

Public Procurement Organisation Number: PYQH-8789-DZPG

NUTS code: UKN06

Email: TRAMprocurement@infrastructure-ni.gov.uk

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland

Procedure

Is the total value above threshold?

Below threshold

Lots

Divided into 1 lots

Lot number: 1

CPV classifications

  • 45240000 - Construction work for water projects
  • 45246000 - River regulation and flood control works

Delivery regions

  • UKN - Northern Ireland
  • UKN0 - Northern Ireland

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 October 2026, 00:00AM

Contract end date (estimated)

30 September 2030, 23:59PM

Engagement

Engagement process description

As part of this Pre Market Engagement (PME) exercise, interested suppliers are invited to complete a short online questionnaire hosted on the Citizen Space platform. The purpose of this questionnaire is to gather early insight from the market to help inform the development of our proposed requirements and future procurement approach.

To participate, please access the PME questionnaire via the following link:

https://consultations2.nidirect.gov.uk/dfi-1/t-1162-watercourse-maintenance-framework/

Suppliers should provide their responses through the Citizen Space portal no later than 23:59 on Friday 6 March 2026. All responses will be treated confidentially and used solely to support the planning and design of any potential future procurement. Completion of the questionnaire does not constitute a commitment to participate in any subsequent tender process and does not guarantee inclusion in future procurement opportunities.

Any requests for clarification relating to this exercise must be communicated via email to TRAMprocurement@infrastructure-ni.gov.uk

Due date

06 March 2026, 23:59PM

Has the engagement period already ended?

No

Coding

Commodity categories

ID Title Parent category
45240000 Construction work for water projects Works for complete or part construction and civil engineering work
45246000 River regulation and flood control works Construction work for water projects

Delivery locations

ID Description
There are no delivery locations for this notice.

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.