Notice Information
Notice Title
DfI TRAM T-1145 Framework Contract for Surfacing Framework A
Notice Description
RAM Surfacing Framework A will deliver Works through Call-Off Contracts for all lots under the Framework. These works may include but are not limited to: laying carriageway asphalt surfacing; delivery of two or more concurrent resurfacing schemes on a public road; reshaping of carriageways; delivery of Temporary Traffic Management; adjustment of street furniture to new levels; adjustment and/or provision of kerb lines; adjustment and/or provision of carriageway drainage systems; provision of road markings and studs. The Framework will comprise of five area Lots (delivering multiple Works Orders each valued between PS50k to PS750k) and a Project Lot (delivering projects valued between PS750k and PS5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.
Lot Information
SFA P1 Projects Lot
RAM Surfacing Framework A will deliver Works through Call-Off Contracts for all lots under the Framework. These works may include but are not limited to: laying carriageway asphalt surfacing; delivery of two or more concurrent resurfacing schemes on a public road; reshaping of carriageways; delivery of Temporary Traffic Management; adjustment of street furniture to new levels; adjustment and/or provision of kerb lines; adjustment and/or provision of carriageway drainage systems; provision of road markings and studs. The Framework will comprise of five area Lots (delivering multiple Works Orders each valued between PS50k to PS750k) and a Project Lot (delivering projects valued between PS750k and PS5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.
Renewal: Initial duration is 4 years, there is an option to extend this contract up to a maximum of 12 months at the discretion of the Contracting Authority.
SFA N1 Mid and East AntrimRAM Surfacing Framework A will deliver Works through Call-Off Contracts for all lots under the Framework. These works may include but are not limited to: laying carriageway asphalt surfacing; delivery of two or more concurrent resurfacing schemes on a public road; reshaping of carriageways; delivery of Temporary Traffic Management; adjustment of street furniture to new levels; adjustment and/or provision of kerb lines; adjustment and/or provision of carriageway drainage systems; provision of road markings and studs. The Framework will comprise of five area Lots (delivering multiple Works Orders each valued between PS50k to PS750k) and a Project Lot (delivering projects valued between PS750k and PS5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.
Renewal: Initial duration is 4 years, there is an option to extend this contract up to a maximum of 12 months at the discretion of the Contracting Authority.
SFA S1 Newry and MourneRAM Surfacing Framework A will deliver Works through Call-Off Contracts for all lots under the Framework. These works may include but are not limited to: laying carriageway asphalt surfacing; delivery of two or more concurrent resurfacing schemes on a public road; reshaping of carriageways; delivery of Temporary Traffic Management; adjustment of street furniture to new levels; adjustment and/or provision of kerb lines; adjustment and/or provision of carriageway drainage systems; provision of road markings and studs. The Framework will comprise of five area Lots (delivering multiple Works Orders each valued between PS50k to PS750k) and a Project Lot (delivering projects valued between PS750k and PS5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.
Renewal: Initial duration is 4 years, there is an option to extend this contract up to a maximum of 12 months at the discretion of the Contracting Authority.
SFA W1 Cookstown and MagherafeltRAM Surfacing Framework A will deliver Works through Call-Off Contracts for all lots under the Framework. These works may include but are not limited to: laying carriageway asphalt surfacing; delivery of two or more concurrent resurfacing schemes on a public road; reshaping of carriageways; delivery of Temporary Traffic Management; adjustment of street furniture to new levels; adjustment and/or provision of kerb lines; adjustment and/or provision of carriageway drainage systems; provision of road markings and studs. The Framework will comprise of five area Lots (delivering multiple Works Orders each valued between PS50k to PS750k) and a Project Lot (delivering projects valued between PS750k and PS5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.
Renewal: Initial duration is 4 years, there is an option to extend this contract up to a maximum of 12 months at the discretion of the Contracting Authority.
SFA W2 OmaghRAM Surfacing Framework A will deliver Works through Call-Off Contracts for all lots under the Framework. These works may include but are not limited to: laying carriageway asphalt surfacing; delivery of two or more concurrent resurfacing schemes on a public road; reshaping of carriageways; delivery of Temporary Traffic Management; adjustment of street furniture to new levels; adjustment and/or provision of kerb lines; adjustment and/or provision of carriageway drainage systems; provision of road markings and studs. The Framework will comprise of five area Lots (delivering multiple Works Orders each valued between PS50k to PS750k) and a Project Lot (delivering projects valued between PS750k and PS5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.
SFA E1 Belfast NorthRAM Surfacing Framework A will deliver Works through Call-Off Contracts for all lots under the Framework. These works may include but are not limited to: laying carriageway asphalt surfacing; delivery of two or more concurrent resurfacing schemes on a public road; reshaping of carriageways; delivery of Temporary Traffic Management; adjustment of street furniture to new levels; adjustment and/or provision of kerb lines; adjustment and/or provision of carriageway drainage systems; provision of road markings and studs. The Framework will comprise of five area Lots (delivering multiple Works Orders each valued between PS50k to PS750k) and a Project Lot (delivering projects valued between PS750k and PS5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.
Renewal: Initial duration is 4 years, there is an option to extend this contract up to a maximum of 12 months at the discretion of the Contracting Authority.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04b4a6
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/030314-2025
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45200000 - Works for complete or part construction and civil engineering work
45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
Notice Value(s)
- Tender Value
- £242,500,000 £100M-£1B
- Lots Value
- £242,500,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £242,500,000 £100M-£1B
Notice Dates
- Publication Date
- 5 Jun 20258 months ago
- Submission Deadline
- 20 Jan 2025Expired
- Future Notice Date
- 20 Nov 2024Expired
- Award Date
- 29 Apr 20259 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT FOR INFRASTRUCTURE - TRANSPORT AND ROAD ASSET MANAGEMENT TRAM
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- pb1@infrastructure-ni.gov.uk, tramprocurement@infrastructure-ni.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BELFAST
- Postcode
- BT7 2JA
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN06 Belfast
- Delivery Location
- TLN Northern Ireland, TLN0 Northern Ireland, TLN06 Belfast, TLN08 Newry, Mourne and Down, TLN0B Mid Ulster, TLN0F Mid and East Antrim, TLN0G Fermanagh and Omagh
-
- Local Authority
- Belfast
- Electoral Ward
- Central
- Westminster Constituency
- Belfast South and Mid Down
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04b4a6-2025-06-05T15:07:06+01:00",
"date": "2025-06-05T15:07:06+01:00",
"ocid": "ocds-h6vhtk-04b4a6",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-04b4a6",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "DfI TRAM T-1145 Framework Contract for Surfacing Framework A",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
"mainProcurementCategory": "works",
"description": "RAM Surfacing Framework A will deliver Works through Call-Off Contracts for all lots under the Framework. These works may include but are not limited to: laying carriageway asphalt surfacing; delivery of two or more concurrent resurfacing schemes on a public road; reshaping of carriageways; delivery of Temporary Traffic Management; adjustment of street furniture to new levels; adjustment and/or provision of kerb lines; adjustment and/or provision of carriageway drainage systems; provision of road markings and studs. The Framework will comprise of five area Lots (delivering multiple Works Orders each valued between PS50k to PS750k) and a Project Lot (delivering projects valued between PS750k and PS5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.",
"lots": [
{
"id": "1",
"title": "SFA P1 Projects Lot",
"description": "RAM Surfacing Framework A will deliver Works through Call-Off Contracts for all lots under the Framework. These works may include but are not limited to: laying carriageway asphalt surfacing; delivery of two or more concurrent resurfacing schemes on a public road; reshaping of carriageways; delivery of Temporary Traffic Management; adjustment of street furniture to new levels; adjustment and/or provision of kerb lines; adjustment and/or provision of carriageway drainage systems; provision of road markings and studs. The Framework will comprise of five area Lots (delivering multiple Works Orders each valued between PS50k to PS750k) and a Project Lot (delivering projects valued between PS750k and PS5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.",
"status": "cancelled",
"value": {
"amount": 30000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Initial duration is 4 years, there is an option to extend this contract up to a maximum of 12 months at the discretion of the Contracting Authority."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"awardCriteria": {
"criteria": [
{
"name": "30",
"type": "quality",
"description": "30"
},
{
"name": "70",
"type": "cost",
"description": "70"
}
]
}
},
{
"id": "2",
"title": "SFA N1 Mid and East Antrim",
"description": "RAM Surfacing Framework A will deliver Works through Call-Off Contracts for all lots under the Framework. These works may include but are not limited to: laying carriageway asphalt surfacing; delivery of two or more concurrent resurfacing schemes on a public road; reshaping of carriageways; delivery of Temporary Traffic Management; adjustment of street furniture to new levels; adjustment and/or provision of kerb lines; adjustment and/or provision of carriageway drainage systems; provision of road markings and studs. The Framework will comprise of five area Lots (delivering multiple Works Orders each valued between PS50k to PS750k) and a Project Lot (delivering projects valued between PS750k and PS5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.",
"status": "cancelled",
"value": {
"amount": 48500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Initial duration is 4 years, there is an option to extend this contract up to a maximum of 12 months at the discretion of the Contracting Authority."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"awardCriteria": {
"criteria": [
{
"name": "30",
"type": "quality",
"description": "30"
},
{
"name": "70",
"type": "cost",
"description": "70"
}
]
}
},
{
"id": "3",
"title": "SFA S1 Newry and Mourne",
"description": "RAM Surfacing Framework A will deliver Works through Call-Off Contracts for all lots under the Framework. These works may include but are not limited to: laying carriageway asphalt surfacing; delivery of two or more concurrent resurfacing schemes on a public road; reshaping of carriageways; delivery of Temporary Traffic Management; adjustment of street furniture to new levels; adjustment and/or provision of kerb lines; adjustment and/or provision of carriageway drainage systems; provision of road markings and studs. The Framework will comprise of five area Lots (delivering multiple Works Orders each valued between PS50k to PS750k) and a Project Lot (delivering projects valued between PS750k and PS5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.",
"status": "cancelled",
"value": {
"amount": 47500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Initial duration is 4 years, there is an option to extend this contract up to a maximum of 12 months at the discretion of the Contracting Authority."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"awardCriteria": {
"criteria": [
{
"name": "30",
"type": "quality",
"description": "30"
},
{
"name": "70",
"type": "cost",
"description": "70"
}
]
}
},
{
"id": "4",
"title": "SFA W1 Cookstown and Magherafelt",
"description": "RAM Surfacing Framework A will deliver Works through Call-Off Contracts for all lots under the Framework. These works may include but are not limited to: laying carriageway asphalt surfacing; delivery of two or more concurrent resurfacing schemes on a public road; reshaping of carriageways; delivery of Temporary Traffic Management; adjustment of street furniture to new levels; adjustment and/or provision of kerb lines; adjustment and/or provision of carriageway drainage systems; provision of road markings and studs. The Framework will comprise of five area Lots (delivering multiple Works Orders each valued between PS50k to PS750k) and a Project Lot (delivering projects valued between PS750k and PS5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.",
"status": "cancelled",
"value": {
"amount": 46500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Initial duration is 4 years, there is an option to extend this contract up to a maximum of 12 months at the discretion of the Contracting Authority."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"awardCriteria": {
"criteria": [
{
"name": "30",
"type": "quality",
"description": "30"
},
{
"name": "70",
"type": "cost",
"description": "70"
}
]
}
},
{
"id": "5",
"title": "SFA W2 Omagh",
"description": "RAM Surfacing Framework A will deliver Works through Call-Off Contracts for all lots under the Framework. These works may include but are not limited to: laying carriageway asphalt surfacing; delivery of two or more concurrent resurfacing schemes on a public road; reshaping of carriageways; delivery of Temporary Traffic Management; adjustment of street furniture to new levels; adjustment and/or provision of kerb lines; adjustment and/or provision of carriageway drainage systems; provision of road markings and studs. The Framework will comprise of five area Lots (delivering multiple Works Orders each valued between PS50k to PS750k) and a Project Lot (delivering projects valued between PS750k and PS5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.",
"status": "cancelled",
"value": {
"amount": 42500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"awardCriteria": {
"criteria": [
{
"name": "30",
"type": "quality",
"description": "30"
},
{
"name": "70",
"type": "cost",
"description": "70"
}
]
}
},
{
"id": "6",
"title": "SFA E1 Belfast North",
"description": "RAM Surfacing Framework A will deliver Works through Call-Off Contracts for all lots under the Framework. These works may include but are not limited to: laying carriageway asphalt surfacing; delivery of two or more concurrent resurfacing schemes on a public road; reshaping of carriageways; delivery of Temporary Traffic Management; adjustment of street furniture to new levels; adjustment and/or provision of kerb lines; adjustment and/or provision of carriageway drainage systems; provision of road markings and studs. The Framework will comprise of five area Lots (delivering multiple Works Orders each valued between PS50k to PS750k) and a Project Lot (delivering projects valued between PS750k and PS5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.",
"status": "cancelled",
"value": {
"amount": 27500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Initial duration is 4 years, there is an option to extend this contract up to a maximum of 12 months at the discretion of the Contracting Authority."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"awardCriteria": {
"criteria": [
{
"name": "30",
"type": "quality",
"description": "30"
},
{
"name": "70",
"type": "cost",
"description": "70"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45230000",
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
}
],
"deliveryAddresses": [
{
"region": "UKN"
},
{
"region": "UKN0"
},
{
"region": "UKN0"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45230000",
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
}
],
"deliveryAddresses": [
{
"region": "UKN0F"
},
{
"region": "UKN0F"
},
{
"region": "UKN0"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45230000",
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
}
],
"deliveryAddresses": [
{
"region": "UKN08"
},
{
"region": "UKN08"
},
{
"region": "UKN0"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45230000",
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
}
],
"deliveryAddresses": [
{
"region": "UKN0B"
},
{
"region": "UKN0B"
},
{
"region": "UKN0"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45230000",
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
}
],
"deliveryAddresses": [
{
"region": "UKN0G"
},
{
"region": "UKN0G"
},
{
"region": "UKN0"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45230000",
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
}
],
"deliveryAddresses": [
{
"region": "UKN06"
},
{
"region": "UKN0"
},
{
"region": "UKN0"
}
],
"relatedLot": "6"
}
],
"communication": {
"futureNoticeDate": "2024-11-20T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"value": {
"amount": 242500000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsBidPerSupplier": 6,
"maximumLotsAwardedPerSupplier": 3
},
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://etendersni.gov.uk/epps",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 50
}
},
"tenderPeriod": {
"endDate": "2025-01-20T15:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2025-05-20T23:59:59+01:00"
}
},
"awardPeriod": {
"startDate": "2025-01-20T15:30:00Z"
},
"bidOpening": {
"date": "2025-01-20T15:30:00Z"
},
"hasRecurrence": true,
"reviewDetails": "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.",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2025-01-20T15:00:00Z"
},
"newValue": {
"date": "2025-01-31T15:00:00Z"
},
"where": {
"section": "IV.2.2)"
}
},
{
"oldValue": {
"date": "2025-01-20T15:30:00Z"
},
"newValue": {
"date": "2025-01-31T15:30:00Z"
},
"where": {
"section": "IV.2.7)"
}
},
{
"oldValue": {
"date": "2025-05-20"
},
"newValue": {
"date": "2025-05-31"
},
"where": {
"section": "IV.2.6)"
}
}
]
},
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"date": "2025-01-20T15:00:00Z"
},
"newValue": {
"date": "2025-02-04T15:00:00Z"
},
"where": {
"section": "IV.2.2)"
}
},
{
"oldValue": {
"date": "2025-01-20"
},
"newValue": {
"date": "2025-02-04"
},
"where": {
"section": "IV.2.6)"
}
},
{
"oldValue": {
"date": "2025-01-20T15:30:00Z"
},
"newValue": {
"date": "2025-02-04T15:30:00Z"
},
"where": {
"section": "IV.2.7)"
}
}
]
},
{
"id": "3",
"unstructuredChanges": [
{
"oldValue": {
"date": "2025-01-20T15:00:00Z"
},
"newValue": {
"date": "2025-02-11T15:00:00Z"
},
"where": {
"section": "IV.2.2)"
}
},
{
"oldValue": {
"date": "2025-05-20"
},
"newValue": {
"date": "2025-06-11"
},
"where": {
"section": "IV.2.6)"
}
},
{
"oldValue": {
"date": "2025-01-20T15:30:00Z"
},
"newValue": {
"date": "2025-02-11T15:30:00Z"
},
"where": {
"section": "IV.2.7)"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-115106",
"name": "Department for Infrastructure",
"identifier": {
"legalName": "Department for Infrastructure"
},
"address": {
"streetAddress": "James House, 2-4 Cromac Avenue",
"locality": "Belfast",
"region": "UK",
"postalCode": "BT7 2JA",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "pb1@infrastructure-ni.gov.uk",
"url": "https://etendersni.gov.uk/epps"
},
"roles": [
"buyer"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"buyerProfile": "https://etendersni.gov.uk/epps",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-76047",
"name": "High Court, Royal Courts of Justice",
"identifier": {
"legalName": "High Court, Royal Courts of Justice"
},
"address": {
"streetAddress": "Chichester Street",
"locality": "Belfast",
"postalCode": "BT1 3JF",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-150378",
"name": "Department for Infrastructure - Transport and Road Asset Management TRAM",
"identifier": {
"legalName": "Department for Infrastructure - Transport and Road Asset Management TRAM"
},
"address": {
"streetAddress": "James House, 2-4 Cromac Avenue",
"locality": "Belfast",
"region": "UK",
"postalCode": "BT7 2JA",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "TRAMprocurement@infrastructure-ni.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"buyerProfile": "https://etendersni.gov.uk/epps",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-4384",
"name": "PATRICK KEENAN",
"identifier": {
"legalName": "PATRICK KEENAN"
},
"address": {
"streetAddress": "35 ROCKTOWN ROAD",
"locality": "MAGHERAFELT",
"region": "UK",
"postalCode": "BT45 8QE",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "info@pkeenanroads.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "sme"
}
},
{
"id": "GB-FTS-102517",
"name": "Northstone Materials Limited",
"identifier": {
"legalName": "Northstone Materials Limited"
},
"address": {
"streetAddress": "Shinny Road",
"locality": "COLERAINE",
"region": "UK",
"postalCode": "BT51 4PS",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "cmagwood@northstone-ni.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "large"
}
},
{
"id": "GB-FTS-131898",
"name": "GIBSON QUARRIES BANBRIDGE LIMITED",
"identifier": {
"legalName": "GIBSON QUARRIES BANBRIDGE LIMITED"
},
"address": {
"streetAddress": "Kilmacrew Road",
"locality": "BANBRIDGE",
"region": "UK",
"postalCode": "BT32 4ES",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "clifford.kirkland@gibsonbros.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "sme"
}
},
{
"id": "GB-FTS-4374",
"name": "JOHN MCQUILLAN CONTRACTS LTD",
"identifier": {
"legalName": "JOHN MCQUILLAN CONTRACTS LTD"
},
"address": {
"streetAddress": "11 Ballinderry Road",
"locality": "LISBURN",
"region": "UK",
"postalCode": "BT28 2SA",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "stephen.lambe@mcqcos.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "sme"
}
},
{
"id": "GB-FTS-4373",
"name": "FP McCann",
"identifier": {
"legalName": "FP McCann"
},
"address": {
"streetAddress": "Knockloughrim Quarry, 3 Drumard Road",
"locality": "MAGHERAFELT",
"region": "UK",
"postalCode": "BT45 8QA",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "omcnally@fpmccann.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "large"
}
},
{
"id": "GB-FTS-77633",
"name": "WHITEMOUNTAIN QUARRIES LTD t/a BREEDON",
"identifier": {
"legalName": "WHITEMOUNTAIN QUARRIES LTD t/a BREEDON"
},
"address": {
"streetAddress": "5 Blackwater Road",
"locality": "Newtownabbey",
"region": "UK",
"postalCode": "BT36 4TZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "sean.brennan@breedongroup.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "large"
}
},
{
"id": "GB-FTS-4368",
"name": "TULLYRAINE QUARRIES LTD",
"identifier": {
"legalName": "TULLYRAINE QUARRIES LTD"
},
"address": {
"streetAddress": "122 Dromore Road",
"locality": "BANBRIDGE",
"region": "UK",
"postalCode": "BT32 4EG",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "johnmccartan@tullyrainequarries.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "sme"
}
},
{
"id": "GB-FTS-53936",
"name": "The High Court",
"identifier": {
"legalName": "The High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice",
"locality": "Belfast",
"postalCode": "BT1 3JF",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-150378",
"name": "Department for Infrastructure - Transport and Road Asset Management TRAM"
},
"language": "en",
"description": "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 PS5 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 PS50k up to PS5m. 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. ---------------------------------------------------------------------------------------------------------------------------------------. . Under Surfacing Framework A (this procurement), there are a total of six Lots. There is one Lot (Lot 1) covering all surfacing schemes valued from PS750k to PS5m across the geographical area covered by the Framework. Multiple suppliers will be appointed to this Lot. Call-Off Contracts awarded under Lot 1 are intended to be awarded following mini-competitions. There are five Lots (Lots 2 to 6) each covering all surfacing schemes valued from PS50k to PS750k which are to be delivered within a defined geographical area. It is intended that a Primary Supplier will be appointed to each of Lots 2 to 6 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 PS50k to PS750k within the Lot contract area will be placed with the Primary Supplier via the MTC Call-Off Contract. For each of Lots 2 to 6, 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 6. 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 five and (ii) Primary and Reserve Supplier (Combined) - four MTC Lots out of five. In addition to these competition specific limits, there will be limits on the number of Primary Supplier Lots that can be awarded to any one Economic Operator when assessed across all Surfacing Frameworks (A-D). The maximum number of Lots that a Single Economic Operator may be awarded in any one TRAM Division is one less than the total Lots contained in that Division. The maximum number of Lots to which an Economic Operator can be appointed as Primary Supplier across all four Surfacing Frameworks (A-D) cumulatively, is five out of seventeen. ---------------------------------------------------------------------------------------------------------------------------------------. . 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-procurement-enhancement-programme--------------------------------------------------------------------------------------------------------------------------------------. . The Contracting. Authority considers that this framework may be suitable for economic operators that are Small or Medium Enterprises. (SMEs). The. evaluation of submissions will be based solely on the criteria set out for the procurement, and the contract will be. awarded on the basis stated in II.2.5). All documents will only be available on line through the eTendersNI portal: (1) If your company is. not already registered on eTendersNI you may do so through the eTendersNI portal https://etendersni.gov.uk/epps/. home.do -- Select. the \"Register as a Supplier\" link and follow the on screen instructions. 2) Expression of Interest and access to tender documentation You may \"Express an Interest\" in a project and access the tender documentation via the projects CfT Menu. If you require assistance. or help to navigate the site please consult the on-line help, or contact the eTendersNI help desk. The documents may be downloaded up to the closing date and time for the submission. Submissions must be completed and returned to the Contracting Authority using. the online eTendersNI portal, to arrive not later than the time and date as stated in IV.2.2). The Contracting Authority is utilising an. electronic tendering system to manage this procurement and to communicate with Economic Operators. Accordingly, it is intended that all communications with the Contracting Authority, including the accessing and submission of tender responses, will be conducted via eTendersNI. ---------------------------------------------------------------------------------------------------------------------------------------. . . Poor Performance, as part of its contract management procedures: the Contracting Authority and their CoPE will use the Protocol for Managing Poor Supplier. Performance contained in the Procurement documentation. The protocol sets out a series of five escalating stages to enable Contracting. Authorities and their CoPEs to manage poor performance by suppliers. At Stage 4, as an alternative to terminating the contract, senior. management in the Contracting Authority/CoPE can issue a Notice of Written Warning. At Stage 5, as an alternative to terminating the. contract, a notice of unsatisfactory performance can be issued to the Economic Operator. These notices remain current for the period of. time stated in the protocol and an Economic Operator must declare, in subsequent procurement competitions, if it has received a current. Notice of Written Warning or a current Notice of Unsatisfactory Performance within 3 years of the TP Submission Deadline. If an Economic. Operator has received more than one current Notice of Written Warning the Contracting Authority/CoPE, at its discretion, can consider. an Economic Operator's exclusion from future procurement competitions, being undertaken on behalf of bodies covered by the Northern. Ireland Public Procurement Policy, for a minimum period of 12 months. If an Economic Operator is subject to a notice of unsatisfactory. performance the Contracting Authority/CoPE, at its discretion, can consider the Economic Operator's exclusion from future procurement. competitions, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy, for a period of 3 years.List of public bodies to which NI public procurement policy applies Department of Finance (finance-ni.gov.uk).",
"awards": [
{
"id": "030314-2025-1-1",
"relatedLots": [
"1"
],
"title": "SFA P1 (Projects Lot)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-4384",
"name": "PATRICK KEENAN"
},
{
"id": "GB-FTS-4374",
"name": "JOHN MCQUILLAN CONTRACTS LTD"
},
{
"id": "GB-FTS-4373",
"name": "FP McCann"
},
{
"id": "GB-FTS-77633",
"name": "WHITEMOUNTAIN QUARRIES LTD t/a BREEDON"
},
{
"id": "GB-FTS-131898",
"name": "GIBSON QUARRIES BANBRIDGE LIMITED"
},
{
"id": "GB-FTS-102517",
"name": "Northstone Materials Limited"
},
{
"id": "GB-FTS-4368",
"name": "TULLYRAINE QUARRIES LTD"
}
]
},
{
"id": "030314-2025-2-2",
"relatedLots": [
"2"
],
"title": "SFA N1 (Mid and East Antrim)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-102517",
"name": "Northstone Materials Limited"
}
]
},
{
"id": "030314-2025-3-3",
"relatedLots": [
"3"
],
"title": "SFA S1 (Newry and Mourne)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-131898",
"name": "GIBSON QUARRIES BANBRIDGE LIMITED"
}
]
},
{
"id": "030314-2025-4-4",
"relatedLots": [
"4"
],
"title": "SFA W1 (Cookstown and Magherafelt)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-4384",
"name": "PATRICK KEENAN"
}
]
},
{
"id": "030314-2025-5-5",
"relatedLots": [
"5"
],
"title": "SFA W2 (Omagh)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-4384",
"name": "PATRICK KEENAN"
}
]
},
{
"id": "030314-2025-6-6",
"relatedLots": [
"6"
],
"title": "SFA E1 (Belfast North)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-4374",
"name": "JOHN MCQUILLAN CONTRACTS LTD"
}
]
}
],
"contracts": [
{
"id": "030314-2025-1-1",
"awardID": "030314-2025-1-1",
"title": "SFA P1 (Projects Lot)",
"status": "active",
"value": {
"amount": 30000000,
"currency": "GBP"
},
"dateSigned": "2025-04-30T00:00:00+01:00"
},
{
"id": "030314-2025-2-2",
"awardID": "030314-2025-2-2",
"title": "SFA N1 (Mid and East Antrim)",
"status": "active",
"value": {
"amount": 48500000,
"currency": "GBP"
},
"dateSigned": "2025-04-30T00:00:00+01:00"
},
{
"id": "030314-2025-3-3",
"awardID": "030314-2025-3-3",
"title": "SFA S1 (Newry and Mourne)",
"status": "active",
"value": {
"amount": 47500000,
"currency": "GBP"
},
"dateSigned": "2025-04-30T00:00:00+01:00"
},
{
"id": "030314-2025-4-4",
"awardID": "030314-2025-4-4",
"title": "SFA W1 (Cookstown and Magherafelt)",
"status": "active",
"value": {
"amount": 46500000,
"currency": "GBP"
},
"dateSigned": "2025-04-30T00:00:00+01:00"
},
{
"id": "030314-2025-5-5",
"awardID": "030314-2025-5-5",
"title": "SFA W2 (Omagh)",
"status": "active",
"value": {
"amount": 42500000,
"currency": "GBP"
},
"dateSigned": "2025-04-30T00:00:00+01:00"
},
{
"id": "030314-2025-6-6",
"awardID": "030314-2025-6-6",
"title": "SFA E1 (Belfast North)",
"status": "active",
"value": {
"amount": 27500000,
"currency": "GBP"
},
"dateSigned": "2025-04-30T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 7
},
{
"id": "6",
"measure": "bids",
"relatedLot": "2",
"value": 5
},
{
"id": "11",
"measure": "bids",
"relatedLot": "3",
"value": 7
},
{
"id": "16",
"measure": "bids",
"relatedLot": "4",
"value": 6
},
{
"id": "21",
"measure": "bids",
"relatedLot": "5",
"value": 6
},
{
"id": "26",
"measure": "bids",
"relatedLot": "6",
"value": 5
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 6
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "2",
"value": 2
},
{
"id": "12",
"measure": "smeBids",
"relatedLot": "3",
"value": 4
},
{
"id": "17",
"measure": "smeBids",
"relatedLot": "4",
"value": 3
},
{
"id": "22",
"measure": "smeBids",
"relatedLot": "5",
"value": 3
},
{
"id": "27",
"measure": "smeBids",
"relatedLot": "6",
"value": 2
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "13",
"measure": "foreignBidsFromEU",
"relatedLot": "3",
"value": 0
},
{
"id": "18",
"measure": "foreignBidsFromEU",
"relatedLot": "4",
"value": 0
},
{
"id": "23",
"measure": "foreignBidsFromEU",
"relatedLot": "5",
"value": 0
},
{
"id": "28",
"measure": "foreignBidsFromEU",
"relatedLot": "6",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 7
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 5
},
{
"id": "14",
"measure": "foreignBidsFromNonEU",
"relatedLot": "3",
"value": 7
},
{
"id": "19",
"measure": "foreignBidsFromNonEU",
"relatedLot": "4",
"value": 6
},
{
"id": "24",
"measure": "foreignBidsFromNonEU",
"relatedLot": "5",
"value": 6
},
{
"id": "29",
"measure": "foreignBidsFromNonEU",
"relatedLot": "6",
"value": 5
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 7
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "2",
"value": 5
},
{
"id": "15",
"measure": "electronicBids",
"relatedLot": "3",
"value": 7
},
{
"id": "20",
"measure": "electronicBids",
"relatedLot": "4",
"value": 6
},
{
"id": "25",
"measure": "electronicBids",
"relatedLot": "5",
"value": 6
},
{
"id": "30",
"measure": "electronicBids",
"relatedLot": "6",
"value": 5
}
]
}
}