Notice Information
Notice Title
DfI TRAM - Supply and Delivery of Permanent Cold-lay Surfacing Material (PCSM) - 2 Lots
Notice 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).
Lot Information
PCSM product for use on the network
Permanent Cold-Lay Surfacing Material - road repair material supplied in bag and tub.
Renewal: 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.
PCSM product for use on the network in wet weather conditions (water activated binder).Permanent Cold-Lay Surfacing Material - water activated - road repair material supplied in bag and tub.
Renewal: 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.
Planning Information
DfI is currently developing the specification for Supply and Delivery of Permanent Cold-lay Surfacing Material (PCSM) and Permanent Cold-lay Surfacing Course Material (PCSC) and would value your input before finalising the specification. As an experienced supplier in this field, your feedback will help us ensure that the specification is clear, practical, and aligned with current industry standards and capabilities. We would appreciate your comments on the draft specification such as: • Technical feasibility and clarity of requirements • Alternative approaches or solutions we should consider • Any gaps or ambiguities that could affect performance, quality, or cost • Recommendations for aligning with best practices or innovations in the market Draft Pricing Schedules have also been provided to give an indication of the estimated annual usage figures. If you wish to participate, the draft specification and Pricing Schedules are available to view via eTendersNI under CfT 6135613. Comments are to be made via the CfT messaging facility on eTendersNI by the engagement deadline date and time stated. The Pre-Market Engagement pertains to a future contract opportunity which will be advertised in its own right in due course. This notice is not a call for competition to procure any supplies. Interested parties will not be prejudiced by any response, or lack thereof, to this notice. Nor shall a response to this notice guarantee an opportunity to participate in this market engagement exercise or any future procurement process that DfI may conduct. DfI is not liable for any costs, fees or expenses incurred by any party responding to this notice or any party who may participate in the market engagement exercise. UPDATE as at 13/11/25. The Preliminary Market Engagement for this requirement closed on 30th September 2025. Two responses were received. As a result, the Specification will be revised to consider the below summary of findings. Minimum PSV amended to be consistent with normal practice. Removal of minimum recycled content cap. Inclusion of recycled requirement for packaging (at time of contract commencement or within 6-month period) The use of materials or techniques outside the PSCM or PSCS certification not included. Bulk deliveries not accepted. Minimum order quantities and 10-day delivery time included. BCIS indices to be used for bitumen and other related costs. Certification must be in place for materials at contract commencement. Depots can accommodate any delivery lorry size. Packaging return to be included in award criteria. Electronic delivery documents permitted. It is anticipated that the resulting tender competition will be published via eTendersNI in December 2025.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-059b29
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/002950-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
-
- CPV Codes
44113800 - Road-surfacing materials
Notice Value(s)
- Tender Value
- £1,200,000 £1M-£10M
- Lots Value
- £1,200,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Jan 20261 months ago
- Submission Deadline
- 22 Jan 2026Expired
- Future Notice Date
- 1 Dec 2025Expired
- Award Date
- Not specified
- Contract Period
- 2 Mar 2026 - 1 Mar 2029 3-4 years
- Recurrence
- 2030-01-01
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DFI TRANSPORT AND ROAD ASSET MANAGEMENT (TRAM)
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- 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
-
- Local Authority
- Belfast
- Electoral Ward
- Central
- Westminster Constituency
- Belfast South and Mid Down
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/002950-2026
14th January 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/081927-2025
11th December 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/073602-2025
13th November 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/056900-2025
16th September 2025 - Preliminary market engagement notice on Find a Tender
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-059b29-2026-01-14T09:58:27Z",
"date": "2026-01-14T09:58:27Z",
"ocid": "ocds-h6vhtk-059b29",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PYQH-8789-DZPG",
"name": "DfI Transport and Road Asset Management (TRAM)",
"identifier": {
"scheme": "GB-PPON",
"id": "PYQH-8789-DZPG"
},
"address": {
"streetAddress": "James House 2-4 Cormac Avenue, The Gasworks Business Park",
"locality": "BELFAST",
"postalCode": "BT7 2JA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN06"
},
"contactPoint": {
"email": "TRAMprocurement@infrastructure-ni.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
},
{
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"description": "Northern Irish devolved regulations apply"
}
],
"url": "http://www.infrastructure-ni.gov.uk"
}
}
],
"buyer": {
"id": "GB-PPON-PYQH-8789-DZPG",
"name": "DfI Transport and Road Asset Management (TRAM)"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "DfI is currently developing the specification for Supply and Delivery of Permanent Cold-lay Surfacing Material (PCSM) and Permanent Cold-lay Surfacing Course Material (PCSC) and would value your input before finalising the specification. As an experienced supplier in this field, your feedback will help us ensure that the specification is clear, practical, and aligned with current industry standards and capabilities. We would appreciate your comments on the draft specification such as: * Technical feasibility and clarity of requirements * Alternative approaches or solutions we should consider * Any gaps or ambiguities that could affect performance, quality, or cost * Recommendations for aligning with best practices or innovations in the market Draft Pricing Schedules have also been provided to give an indication of the estimated annual usage figures. If you wish to participate, the draft specification and Pricing Schedules are available to view via eTendersNI under CfT 6135613. Comments are to be made via the CfT messaging facility on eTendersNI by the engagement deadline date and time stated. The Pre-Market Engagement pertains to a future contract opportunity which will be advertised in its own right in due course. This notice is not a call for competition to procure any supplies. Interested parties will not be prejudiced by any response, or lack thereof, to this notice. Nor shall a response to this notice guarantee an opportunity to participate in this market engagement exercise or any future procurement process that DfI may conduct. DfI is not liable for any costs, fees or expenses incurred by any party responding to this notice or any party who may participate in the market engagement exercise. UPDATE as at 13/11/25. The Preliminary Market Engagement for this requirement closed on 30th September 2025. Two responses were received. As a result, the Specification will be revised to consider the below summary of findings. Minimum PSV amended to be consistent with normal practice. Removal of minimum recycled content cap. Inclusion of recycled requirement for packaging (at time of contract commencement or within 6-month period) The use of materials or techniques outside the PSCM or PSCS certification not included. Bulk deliveries not accepted. Minimum order quantities and 10-day delivery time included. BCIS indices to be used for bitumen and other related costs. Certification must be in place for materials at contract commencement. Depots can accommodate any delivery lorry size. Packaging return to be included in award criteria. Electronic delivery documents permitted. It is anticipated that the resulting tender competition will be published via eTendersNI in December 2025.",
"dueDate": "2025-09-30T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "056900-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/056900-2025",
"datePublished": "2025-09-16T12:04:29+01:00",
"format": "text/html"
},
{
"id": "073602-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/073602-2025",
"datePublished": "2025-11-13T14:48:30Z",
"format": "text/html"
}
]
},
"tender": {
"id": "CfT 5858089",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "DfI TRAM - Supply and Delivery of Permanent Cold-lay Surfacing Material (PCSM) - 2 Lots",
"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).",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44113800",
"description": "Road-surfacing materials"
}
],
"relatedLot": "1",
"deliveryAddresses": [
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
}
]
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44113800",
"description": "Road-surfacing materials"
}
],
"deliveryAddresses": [
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
}
],
"value": {
"amountGross": 1440000,
"amount": 1200000,
"currency": "GBP"
},
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-03-02T00:00:00+00:00",
"endDate": "2029-03-01T23:59:59+00:00",
"maxExtentDate": "2030-03-01T23:59:59+00:00"
},
"hasRenewal": true,
"status": "active",
"title": "PCSM product for use on the network",
"description": "Permanent Cold-Lay Surfacing Material - road repair material supplied in bag and tub.",
"value": {
"amountGross": 691200,
"amount": 576000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "cost",
"name": "Cost",
"description": "As per Tender documentation",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Cost",
"description": "As per Tender documentation",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "technical",
"description": "As per Tender documentation"
},
{
"type": "technical",
"description": "As per Tender documentation"
}
]
},
"renewal": {
"description": "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."
}
},
{
"id": "2",
"title": "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.",
"status": "active",
"value": {
"amountGross": 748800,
"amount": 624000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "cost",
"name": "Cost",
"description": "As per Tender documentation",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Cost",
"description": "As per Tender documentation",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "technical",
"description": "As per Tender documentation"
},
{
"type": "technical",
"description": "As per Tender documentation"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-03-02T00:00:00+00:00",
"endDate": "2029-03-01T23:59:59+00:00",
"maxExtentDate": "2030-03-01T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "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."
}
}
],
"communication": {
"futureNoticeDate": "2025-12-01T23:59:59Z"
},
"status": "active",
"amendments": [
{
"id": "073602-2025",
"description": "Notice updated to include a summary of the PME findings"
},
{
"id": "002950-2026",
"description": "The deadline for tender submission has been extended to 3pm on 22nd January 2026 and the deadline for clarifications extended to 3pm on 18th January 2026"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "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",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-01-22T15:00:00+00:00"
},
"enquiryPeriod": {
"endDate": "2026-01-18T15:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-03-02T23:59:59+00:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "081927-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/081927-2025",
"datePublished": "2025-12-11T12:15:09Z",
"format": "text/html"
},
{
"id": "002950-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/002950-2026",
"datePublished": "2026-01-14T09:58:27Z",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2030-01-01T23:59:59+00:00"
},
{
"startDate": "2030-01-01T23:59:59+00:00"
}
]
},
"contractTerms": {
"financialTerms": "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."
}
},
"language": "en"
}