Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department for Infrastructure
James House, 2-4 Cromac Avenue
Belfast
BT7 2JA
UK
Contact person: DfI TRAM Procurement Branch
E-mail: TRAMprocurement@infrastructure-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etendersni.gov.uk/epps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etendersni.gov.uk/epps
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DfI TRAM T-1151 Interim Surfacing Framework
II.1.2) Main CPV code
45200000
II.1.3) Type of contract
Works
II.1.4) Short description
RAM Interim Surfacing Framework will include the following work activities: 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; and other associated ancillary works. The Framework will comprise of six area Lots (Works Orders valued £50k to £750k) and a Project Lot (projects valued £750k to £5m) covering the following areas: - ISF W4 - Strabane; - ISF S3 - Armagh; - ISF W6 - Derry; - ISF S4 - Banbridge and Craigavon; - ISF W7 - Fermanagh; and - ISF S5 - Ards and North Down.
II.1.5) Estimated total value
Value excluding VAT:
95 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 7 lots
Maximum number of lots that may be awarded to one tenderer: 3
II.2) Description
Lot No: 1
II.2.1) Title
ISF P1 (Projects Lot)
II.2.2) Additional CPV code(s)
45230000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
RAM Interim Surfacing Framework will include the following work activities: 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; and other associated ancillary works. The Framework will comprise of six area Lots (Works Orders valued £50k to £750k) and a Project Lot (projects valued £750k to £5m) covering the following areas: - ISF W4 - Strabane; - ISF S3 - Armagh; - ISF W6 - Derry; - ISF S4 - Banbridge and Craigavon; - ISF W7 - Fermanagh; and - ISF S5 - Ards and North Down.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
16 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 27
This contract is subject to renewal: Yes
Description of renewals:
Initial duration is 27 months, there is an option to extend this contract up to a maximum of 3
months at the discretion of the Contracting Authority.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
ISF S4 (Banbridge and Craigavon)
II.2.2) Additional CPV code(s)
45230000
II.2.3) Place of performance
NUTS code:
UKN07
II.2.4) Description of the procurement
RAM Interim Surfacing Framework will include the following work activities: 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; and other associated ancillary works. The Framework will comprise of six area Lots (Works Orders valued £50k to £750k) and a Project Lot (projects valued £750k to £5m) covering the following areas: - ISF W4 - Strabane; - ISF S3 - Armagh; - ISF W6 - Derry; - ISF S4 - Banbridge and Craigavon; - ISF W7 - Fermanagh; and - ISF S5 - Ards and North Down.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
19 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 22
This contract is subject to renewal: Yes
Description of renewals:
Initial duration is 25 months, there is an option to extend this contract up to a maximum of 3 months at the
discretion of the Contracting Authority.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
ISF S3 (Armagh)
II.2.2) Additional CPV code(s)
45230000
II.2.3) Place of performance
NUTS code:
UKN07
II.2.4) Description of the procurement
RAM Interim Surfacing Framework will include the following work activities: 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; and other associated ancillary works. The Framework will comprise of six area Lots (Works Orders valued £50k to £750k) and a Project Lot (projects valued £750k to £5m) covering the following areas: - ISF W4 - Strabane; - ISF S3 - Armagh; - ISF W6 - Derry; - ISF S4 - Banbridge and Craigavon; - ISF W7 - Fermanagh; and - ISF S5 - Ards and North Down.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
13 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 15
This contract is subject to renewal: Yes
Description of renewals:
Initial duration is 15 months, there is an option to extend this contract up to a maximum of 3 months at the
discretion of the Contracting Authority.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
ISF W7 (Fermanagh)
II.2.2) Additional CPV code(s)
45230000
II.2.3) Place of performance
NUTS code:
UKN0G
II.2.4) Description of the procurement
RAM Interim Surfacing Framework will include the following work activities: 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; and other associated ancillary works. The Framework will comprise of six area Lots (Works Orders valued £50k to £750k) and a Project Lot (projects valued £750k to £5m) covering the following areas: - ISF W4 - Strabane; - ISF S3 - Armagh; - ISF W6 - Derry; - ISF S4 - Banbridge and Craigavon; - ISF W7 - Fermanagh; and - ISF S5 - Ards and North Down.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
15 800 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 22
This contract is subject to renewal: Yes
Description of renewals:
Initial duration is 22 months, there is an option to extend this contract up to a maximum of 3 months at the
discretion of the Contracting Authority.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
ISF S5 (Ards and North Down)
II.2.2) Additional CPV code(s)
45230000
II.2.3) Place of performance
NUTS code:
UKN09
II.2.4) Description of the procurement
RAM Interim Surfacing Framework will include the following work activities: 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; and other associated ancillary works. The Framework will comprise of six area Lots (Works Orders valued £50k to £750k) and a Project Lot (projects valued £750k to £5m) covering the following areas: - ISF W4 - Strabane; - ISF S3 - Armagh; - ISF W6 - Derry; - ISF S4 - Banbridge and Craigavon; - ISF W7 - Fermanagh; and - ISF S5 - Ards and North Down.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
14 800 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 22
This contract is subject to renewal: Yes
Description of renewals:
Initial duration is 22 Months, there is an option to extend this contract up to a maximum of 3 months at the
discretion of the Contracting Authority.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 6
II.2.1) Title
ISF W6 (Derry)
II.2.2) Additional CPV code(s)
45230000
II.2.3) Place of performance
NUTS code:
UKN0A
II.2.4) Description of the procurement
RAM Interim Surfacing Framework will include the following work activities: 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; and other associated ancillary works. The Framework will comprise of six area Lots (Works Orders valued £50k to £750k) and a Project Lot (projects valued £750k to £5m) covering the following areas: - ISF W4 - Strabane; - ISF S3 - Armagh; - ISF W6 - Derry; - ISF S4 - Banbridge and Craigavon; - ISF W7 - Fermanagh; and - ISF S5 - Ards and North Down.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
10 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 15
This contract is subject to renewal: Yes
Description of renewals:
Initial duration is 15 months, there is an option to extend this contract up to a maximum of 3 months at the
discretion of the Contracting Authority.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 7
II.2.1) Title
ISF W4 (Strabane)
II.2.2) Additional CPV code(s)
45230000
II.2.3) Place of performance
NUTS code:
UKN0A
II.2.4) Description of the procurement
RAM Interim Surfacing Framework will include the following work activities: 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; and other associated ancillary works. The Framework will comprise of six area Lots (Works Orders valued £50k to £750k) and a Project Lot (projects valued £750k to £5m) covering the following areas: - ISF W4 - Strabane; - ISF S3 - Armagh; - ISF W6 - Derry; - ISF S4 - Banbridge and Craigavon; - ISF W7 - Fermanagh; and - ISF S5 - Ards and North Down.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
5 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 15
This contract is subject to renewal: Yes
Description of renewals:
Initial duration is 15 months, there is an option to extend this contract up to a maximum of 3 months at the
discretion of the Contracting Authority.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 50
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
16/04/2025
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
14/08/2025
IV.2.7) Conditions for opening of tenders
Date:
16/04/2025
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.3) Additional information
In March 2023, the Department for Infrastructure (DfI) published the Procurement Enhancement Programme procurement strategy, developed to provide an efficient and value for money procurement route for the delivery of road asset maintenance across Northern Ireland. A key output of this strategy is the introduction of a suite of eleven Road Asset Management (RAM) Frameworks covering all roads maintenance and improvement works valued at up to £5 million.. -------------------------------------------------------------------------------------------------------------------------------------. Four Surfacing Frameworks (A, B, C and D) have been developed by DfI to ensure the effective, efficient, and reliable delivery of road surfacing schemes across the Northern Ireland public road network. Each framework will last four years, covering surfacing requirements across a specified set of geographical areas and provide an opportunity for suppliers that have the capacity and appetite to deliver all types of surfacing schemes valued from £50k up to £5m. Each Framework will be divided into Lots in accordance with Regulation 46 of the Public Contract Regulations 2015. This arrangement has been adopted in order to ensure security of service delivery, preserve competition and encourage participation by SMEs. One surfacing framework is expected to be released every year. There will be restrictions on the number of Lots that an individual supplier can be awarded, both within and across the surfacing frameworks, full details of which will be set out in the procurement documents. The tender period for Surfacing Framework A ended on 11 February 2025 with award expected in April 2025. --------------------------------------------------------------------------------------------------------------------------------------------. During the transition period between the Interim Term Contracts for Asphalt Resurfacing (ITCAR) and the four surfacing frameworks (A, B, C and D) there is a requirement for an Interim Surfacing Framework (this competition) to facilitate asphalt resurfacing works across six MTC Contract Areas. Under the Interim Surfacing Framework (this procurement), there are a total of seven Lots. There is one Lot (Lot 1) covering all surfacing schemes valued from £750k to £5m across the geographical area covered by the Framework. Multiple suppliers will be appointed to this Lot. The term of the Framework including Lot 1 is 27 months. Call-Off Contracts awarded under Lot 1 are intended to be awarded following mini-competitions. There are six Lots (Lots 2 to 7) each covering all surfacing schemes valued from £50k to £750k which are to be delivered within a defined geographical area. There will be varying contract durations of 15 months and 22 months for Lots 2 to 7 (refer to IFT-Part B). It is intended that a Primary Supplier will be appointed to each of Lots 2 to 7 and following Framework award the Primary Supplier will be awarded a Measured Term Contract (MTC) Call-Off Contract. Subject to performance, it is intended that all Works Orders for schemes valued from £50k to £750k within the Lot contract area will be placed with the Primary Supplier via the MTC Call-Off Contract. For each of Lots 2 to 7, a Reserve Supplier will also be appointed to provide delivery resilience, in line with procedures set out in the Framework. --------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------. Suppliers that are interested in this Surfacing Framework will be required to tender for Lot 1 and at least one of Lots 2 to 7. The number of MTC Lots a single Economic Operator may be awarded under this Framework shall not exceed: (i) Primary Supplier – two MTC Lots out of six and (ii) Primary and Reserve Supplier (Combined) - five MTC Lots out of six. -----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------. Further information on DfI's Procurement Enhancement Programme and Road Asset Management Frameworks can be found in the document titled RAM FRAMEWORKS - PROCUREMENT ESSENTIALS at the following link: https://www.infrastructure-ni.gov.uk/publications/department-infrastructure-roads-works-and-maintenance-procurementenhancementprogramme.
VI.4) Procedures for review
VI.4.1) Review body
High Court, Royal Courts of Justice
Chichester Street
Belfast
BT1 3JF
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
DfI will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5) Date of dispatch of this notice
20/02/2025