Notice Information
Notice Title
DfI TRAM Road Asset Management - Surfacing Framework B
Notice Description
This tender notice is for the award of a public contract through an open procedure in accordance with section 20(1) and (2)(a) of the PA 2023. RAM Surfacing Framework B will include the following work activities: delivery of two or more concurrent resurfacing schemes on a public road; 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, other associated ancillary works. The Framework will comprise of four area Lots (Works Orders valued above PS50k up to PS750k) and a Project Lot (projects valued above PS750k up to PS5m) covering the following areas: - SFB E2 - Belfast South; - SFB N2 - Coleraine & Limavady; - SFB W3 - Dungannon; and - SFB S2 - Down. This Framework will deliver works from Call-Off contracts with an overall cumulative value of PS150m (ex VAT) over the four year term. If the Contracting Authority is unable, for any reason, to award a new framework or to put in place an alternative regime to replace this Framework on its termination or expiry, any Call-Off Contract established under the Framework may be extended for a further period or periods up to a maximum of 12 additional months. This may increase the overall cumulative value to PS181.5m (ex VAT).
Lot Information
SFB P1 (Projects Lot)
Lot for NEC4 Call-Off Contracts awarded following a mini-competition process for Work Packages valued over PS750k up to PS5m covering all Framework contract areas.
Options: Framework lot values may be shared with other lots.
SFB E2 (Belfast South)ICC Measured Term Contract for asphalt surfacing works within the Belfast South contract area (Works Orders valued above PS50k up to PS750k). The proposed contract relates to works with a cumulative value of PS36m (ex VAT) over a four year term. If the Contracting Authority is unable, for any reason, to award a new framework or to put in place an alternative regime to replace this Framework on its termination or expiry, any Call-Off Contract established under this Framework may be extended for a further period or periods up to a maximum of 12 additional months. This may increase the value to PS45m (ex VAT).
Options: Framework lot values may be shared with other lots.
SFB N2 (Coleraine and Limavady)ICC Measured Term Contract for asphalt surfacing works within the Coleraine and Limavady contract area (Works Orders valued above PS50k up to PS750k). The proposed contract relates to works with a cumulative value of PS34m (ex VAT) over a four year term. If the Contracting Authority is unable, for any reason, to award a new framework or to put in place an alternative regime to replace this Framework on its termination or expiry, any Call-Off Contract established under this Framework may be extended for a further period or periods up to a maximum of 12 additional months. This may increase the value to PS42.5m (ex VAT).
Options: Framework lot values may be shared with other lots.
SFB W3 (Dungannon)ICC Measured Term Contract for asphalt surfacing works within the Dungannon contract area (Works Orders valued above PS50k up to PS750k). The proposed contract relates to works with a cumulative value of PS29.2m (ex VAT) over a four year term. If the Contracting Authority is unable, for any reason, to award a new framework or to put in place an alternative regime to replace this Framework on its termination or expiry, any Call-Off Contract established under this Framework may be extended for a further period or periods up to a maximum of 12 additional months. This may increase the value to PS36.5m (ex VAT).
Options: Framework lot values may be shared with other lots.
SFB S2 (Down)ICC Measured Term Contract for asphalt surfacing works within the Newry, Mourne & Down East (Down) contract area (Works Orders valued above PS50k up to PS750k). The proposed contract relates to works with a cumulative value of PS29.2m (ex VAT) over a four year term. If the Contracting Authority is unable, for any reason, to award a new framework or to put in place an alternative regime to replace this Framework on its termination or expiry, any Call-Off Contract established under this Framework may be extended for a further period or periods up to a maximum of 12 additional months. This may increase the value to PS33.5m (ex VAT).
Options: Framework lot values may be shared with other lots
Planning Information
As part of the Department for Infrastructure's (DfI) Procurement Enhancement Programme (PEP), a comprehensive procurement strategy was developed to support the efficient and cost-effective delivery of road asset maintenance across Northern Ireland. This strategy encompasses a range of road maintenance and improvement works, including RAM Surface Framework B, with individual project values up to £5 million. To ensure the strategy was informed by industry insight and stakeholder needs, DfI undertook a structured Preliminary Market Engagement (PME) process between June 2022 and January 2023. This engagement involved consultation with internal stakeholders and the wider market to align procurement approaches with current capabilities and expectations. The feedback gathered during this PME directly shaped the final Procurement Strategy, which was published on 31 March 2023. Responses to stakeholder input are detailed in Appendix A of the strategy document. Further details on the Procurement Strategy, the PME process and outcome, are available in the published documentation which can be found here: www.infrastructure-ni.gov.uk/publications/department-infrastructure-roads-works-and-maintenance-procurement-enhancement-programme It is currently anticipated that the RAM Surface Framework B tender competition will be published via eTendersNI in October 2025.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05aa17
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/011611-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK12 - Procurement Termination Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45200000 - Works for complete or part construction and civil engineering work
45233200 - Various surface works
Notice Value(s)
- Tender Value
- £181,500,000 £100M-£1B
- Lots Value
- £181,500,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 10 Feb 20261 weeks ago
- Submission Deadline
- 18 Dec 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2026 - 31 Mar 2030 4-5 years
- Recurrence
- 2029-10-01
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Cancelled
- 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, TLN0 Northern Ireland, TLN06 Belfast, TLN08 Newry, Mourne and Down, TLN0B Mid Ulster, TLN0C Causeway Coast and Glens
-
- 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/011611-2026
10th February 2026 - Procurement termination notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/074884-2025
18th November 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/071704-2025
6th November 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/063090-2025
8th October 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-05aa17-2026-02-10T08:23:10Z",
"date": "2026-02-10T08:23:10Z",
"ocid": "ocds-h6vhtk-05aa17",
"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 Cromac Avenue",
"locality": "Belfast",
"postalCode": "BT7 2JA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN06"
},
"contactPoint": {
"email": "TRAMprocurement@infrastructure-ni.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.infrastructure-ni.gov.uk",
"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"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PYQH-8789-DZPG",
"name": "DfI Transport and Road Asset Management (TRAM)"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "As part of the Department for Infrastructure's (DfI) Procurement Enhancement Programme (PEP), a comprehensive procurement strategy was developed to support the efficient and cost-effective delivery of road asset maintenance across Northern Ireland. This strategy encompasses a range of road maintenance and improvement works, including RAM Surface Framework B, with individual project values up to PS5 million. To ensure the strategy was informed by industry insight and stakeholder needs, DfI undertook a structured Preliminary Market Engagement (PME) process between June 2022 and January 2023. This engagement involved consultation with internal stakeholders and the wider market to align procurement approaches with current capabilities and expectations. The feedback gathered during this PME directly shaped the final Procurement Strategy, which was published on 31 March 2023. Responses to stakeholder input are detailed in Appendix A of the strategy document. Further details on the Procurement Strategy, the PME process and outcome, are available in the published documentation which can be found here: www.infrastructure-ni.gov.uk/publications/department-infrastructure-roads-works-and-maintenance-procurement-enhancement-programme It is currently anticipated that the RAM Surface Framework B tender competition will be published via eTendersNI in October 2025.",
"dateMet": "2023-01-31T00:00:00+00:00",
"status": "met"
}
],
"documents": [
{
"id": "063090-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/063090-2025",
"datePublished": "2025-10-08T08:58:27+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "T-1156",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "DfI TRAM Road Asset Management - Surfacing Framework B",
"description": "This tender notice is for the award of a public contract through an open procedure in accordance with section 20(1) and (2)(a) of the PA 2023. RAM Surfacing Framework B will include the following work activities: delivery of two or more concurrent resurfacing schemes on a public road; 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, other associated ancillary works. The Framework will comprise of four area Lots (Works Orders valued above PS50k up to PS750k) and a Project Lot (projects valued above PS750k up to PS5m) covering the following areas: - SFB E2 - Belfast South; - SFB N2 - Coleraine & Limavady; - SFB W3 - Dungannon; and - SFB S2 - Down. This Framework will deliver works from Call-Off contracts with an overall cumulative value of PS150m (ex VAT) over the four year term. If the Contracting Authority is unable, for any reason, to award a new framework or to put in place an alternative regime to replace this Framework on its termination or expiry, any Call-Off Contract established under the Framework may be extended for a further period or periods up to a maximum of 12 additional months. This may increase the overall cumulative value to PS181.5m (ex VAT).",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45233200",
"description": "Various surface works"
}
],
"deliveryAddresses": [
{
"region": "UKN0",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45233200",
"description": "Various surface works"
}
],
"deliveryAddresses": [
{
"region": "UKN06",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN06",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45233200",
"description": "Various surface works"
}
],
"deliveryAddresses": [
{
"region": "UKN0C",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN0C",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45233200",
"description": "Various surface works"
}
],
"deliveryAddresses": [
{
"region": "UKN0B",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN0B",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45233200",
"description": "Various surface works"
}
],
"deliveryAddresses": [
{
"region": "UKN08",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN08",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "5"
}
],
"mainProcurementCategory": "works",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withReopeningCompetition",
"type": "closed",
"description": "Four Measured Term Contracts (MTCs) covering four Contract Areas (Lots 2-5) will be awarded upon execution of the Framework. A Primary Supplier and Reserve Supplier will be appointed for each MTC Lot, as a result of the evaluation of the Framework tender submissions. The Primary Supplier will be required to carry out any such Works instructed by a Works Order, issued under the provisions of the MTC Call-Off Contract. The Call-Off Procedure for MTCs is set out in Volume 2 - Framework Information of the Framework contract documents. All Suppliers that submit a valid tender for any MTC Lot and meet the minimum assessment requirements will be appointed as a Community Supplier on the Project Lot (Lot 1). The Authority may, during the term of the Framework, identify one-off projects (within the range value of PS750k to PS5M) arising anywhere within the entire area covered by the Framework. Subject to eligibility rules, all Suppliers appointed to the Project Lot will be eligible to tender for these projects. The Call-Off Procedure for One-Off Project Contracts is set out in Volume 2 - Framework Information of the Framework Contract Documents."
}
},
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2030-03-31T23:59:59+01:00"
},
"status": "complete",
"title": "SFB P1 (Projects Lot)",
"description": "Lot for NEC4 Call-Off Contracts awarded following a mini-competition process for Work Packages valued over PS750k up to PS5m covering all Framework contract areas.",
"value": {
"amountGross": 28800000,
"amount": 24000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "In order to be considered for the role of a Community Supplier for Lot 1 [Project Lot], the Supplier must obtain a minimum overall assessment score of 50.00% or more for at least one MTC Lot it has tendered for. All Suppliers that have not been excluded from the Procurement and who have met the Minimum Overall Assessment Score requirements for the Procurement will be appointed to the Project Lot on the Framework as a Community Supplier. All Community Suppliers will be eligible to tender for Lot 1 Projects. The Award Criteria for One-Off Projects will be decided on a project by project basis.",
"criteria": [
{
"type": "price",
"name": "Price"
},
{
"type": "quality",
"name": "Quality"
},
{
"type": "price",
"name": "Price"
},
{
"type": "quality",
"name": "Quality"
}
]
},
"hasOptions": true,
"options": {
"description": "Framework lot values may be shared with other lots."
}
},
{
"id": "2",
"title": "SFB E2 (Belfast South)",
"description": "ICC Measured Term Contract for asphalt surfacing works within the Belfast South contract area (Works Orders valued above PS50k up to PS750k). The proposed contract relates to works with a cumulative value of PS36m (ex VAT) over a four year term. If the Contracting Authority is unable, for any reason, to award a new framework or to put in place an alternative regime to replace this Framework on its termination or expiry, any Call-Off Contract established under this Framework may be extended for a further period or periods up to a maximum of 12 additional months. This may increase the value to PS45m (ex VAT).",
"status": "complete",
"value": {
"amountGross": 54000000,
"amount": 45000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2030-03-31T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "Framework lot values may be shared with other lots."
}
},
{
"id": "3",
"title": "SFB N2 (Coleraine and Limavady)",
"description": "ICC Measured Term Contract for asphalt surfacing works within the Coleraine and Limavady contract area (Works Orders valued above PS50k up to PS750k). The proposed contract relates to works with a cumulative value of PS34m (ex VAT) over a four year term. If the Contracting Authority is unable, for any reason, to award a new framework or to put in place an alternative regime to replace this Framework on its termination or expiry, any Call-Off Contract established under this Framework may be extended for a further period or periods up to a maximum of 12 additional months. This may increase the value to PS42.5m (ex VAT).",
"status": "complete",
"value": {
"amountGross": 51000000,
"amount": 42500000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2030-03-31T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "Framework lot values may be shared with other lots."
}
},
{
"id": "4",
"title": "SFB W3 (Dungannon)",
"description": "ICC Measured Term Contract for asphalt surfacing works within the Dungannon contract area (Works Orders valued above PS50k up to PS750k). The proposed contract relates to works with a cumulative value of PS29.2m (ex VAT) over a four year term. If the Contracting Authority is unable, for any reason, to award a new framework or to put in place an alternative regime to replace this Framework on its termination or expiry, any Call-Off Contract established under this Framework may be extended for a further period or periods up to a maximum of 12 additional months. This may increase the value to PS36.5m (ex VAT).",
"status": "complete",
"value": {
"amountGross": 43800000,
"amount": 36500000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2030-03-31T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "Framework lot values may be shared with other lots."
}
},
{
"id": "5",
"title": "SFB S2 (Down)",
"description": "ICC Measured Term Contract for asphalt surfacing works within the Newry, Mourne & Down East (Down) contract area (Works Orders valued above PS50k up to PS750k). The proposed contract relates to works with a cumulative value of PS29.2m (ex VAT) over a four year term. If the Contracting Authority is unable, for any reason, to award a new framework or to put in place an alternative regime to replace this Framework on its termination or expiry, any Call-Off Contract established under this Framework may be extended for a further period or periods up to a maximum of 12 additional months. This may increase the value to PS33.5m (ex VAT).",
"status": "complete",
"value": {
"amountGross": 40200000,
"amount": 33500000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2030-03-31T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "Framework lot values may be shared with other lots"
}
}
],
"status": "complete",
"value": {
"amountGross": 217800000,
"amount": 181500000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"participationFees": [
{
"id": "ocds-h6vhtk-05aa17",
"type": [
"win"
],
"relativeValue": {
"proportion": 0.01,
"monetaryValue": "award"
},
"description": "No percentage fee to suppliers applies."
}
],
"submissionMethodDetails": "Tenders must be submitted electronically via the relevant Call for Tender (CfT) opportunity on eTendersNI, website details immediately below. Paper submissions will not be accepted or considered and will be rejected by the Contracting Authority . The tender documents are available with unrestricted and full direct access, free of charge, at: URL https://etendersni.gov.uk/epps For this procurement, all Supplier Technical and Financial submissions must be uploaded exclusively via Lot 1 (SFB P1 - Project Lot) on the eTendersNI platform. Lot 1 will serve as the single, centralised submission point for all Lots within the Framework. Accordingly, Suppliers must select Lot 1 on eTendersNI (in addition to all other Lots they are tendering for) regardless of whether they are submitting a tender for Lot 1 itself.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-12-18T15:00:00+00:00"
},
"enquiryPeriod": {
"endDate": "2025-12-18T15:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-02-28T23:59:59+00:00"
},
"lotDetails": {
"awardCriteria": {
"description": "Surfacing Framework B consists of five Lots, Project Lot (Lot 1) which will be used for One-Off Project Contracts to be awarded under mini-competitions and four Measured Term Contract (MTC) Lots (Lots 2-5). The Authority aims to appoint a Primary Supplier to each MTC Lot. Suppliers are required to tender for Lot 1 and at least one other MTC Lot. A Supplier may bid for all four MTC Lots however the number of MTC Lots that may be awarded to one Supplier under this Framework shall not exceed: Primary Supplier - 2 MTC Lots out of 4. The Lot allocation process for this Procurement is set out in tender documents."
}
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "071704-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/071704-2025",
"datePublished": "2025-11-06T15:04:48Z",
"format": "text/html"
},
{
"id": "074884-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/074884-2025",
"datePublished": "2025-11-18T15:45:12Z",
"format": "text/html"
},
{
"id": "011611-2026",
"documentType": "tenderCancellationNotice",
"noticeType": "UK12",
"description": "Procurement termination notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/011611-2026",
"datePublished": "2026-02-10T08:23:10Z",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2029-10-01T23:59:59+01:00"
},
{
"startDate": "2029-10-01T23:59:59+01:00"
}
]
},
"contractTerms": {
"financialTerms": "For further details on invoicing procedures please see : https://www.finance-ni.gov.uk/articles/account-ni-good-invoicing-practice"
},
"riskDetails": "The Authority has identified the following risks as risks that satisfy the criteria of Schedule 8 sub-paragraph (6)(a) of the Procurement Act 2023 i.e. that the risk/s could jeopardise the satisfactory performance of the contract but, because of their nature, cannot be addressed in the contract as awarded: 1. (a) Extreme Adverse Weather Impacts and Climate Change: Extreme weather events (in particular, high winds, tidal surges and heavy rainfall) may impact service delivery. Increased extreme weather events and storm frequency may require future adaptation of the works carried out under this Framework. Such events may result in significant localised impacts within geographical location, e.g. specific Contract Areas, requiring changes to the scale or emphasis of contracted works. For NEC4 Project Call-Offs, Suppliers may be required to comply with Option X29 Climate Change Requirements, which could affect reporting obligations and data collection. (b) Regulatory and Policy Changes: The Authority is engaged in developing policy in relation to Net Zero. The introduction of this policy and any potential new obligations in relation to environmental regulations may require adjustments to the scope of works provided under this Framework. The Framework and Call-Offs may be required to align with the Authority's future net zero and sustainability strategies. Changes to national or local carbon reduction targets may require modifications to materials, methods, or delivery schedules. (c) Changes to DfI internal policy: The Authority is engaged in developing a strategy for a new approach to how the public road network is maintained. This strategy seeks to deliver a structured approach to road maintenance through high-quality interventions that are focused, targeted and based on reliable and timely analytics. The scope of services may be affected by anticipated reforms introduced by the strategy. There is also a known risk that priorities may shift, requiring changes to the scope or emphasis of contracted works. AND 2. Has concluded that there is a possibility that the contract may have to be modified as a result of a materialisation of the known risk/s at a later date in accordance with Schedule 8 paragraph 5 of the Procurement Act 2023.",
"amendments": [
{
"id": "074884-2025",
"description": "The Department has extended the tender submission period by a further 9 nine days. All tenders must now be received by 15:00 on 18 December 2025."
}
]
},
"language": "en",
"awards": [
{
"id": "1",
"status": "cancelled",
"statusDetails": "Following the publication of the tender notice, the contracting authority has decided not to continue with this competition. The contracting authority hopes to commence a new competition in the very near future. A letter outlining the reasons for terminating this procurement was provided to all bidders who submitted a tender.",
"finalStatusDate": "2026-02-04T00:00:00+00:00",
"relatedLots": [
"1",
"2",
"3",
"4",
"5"
]
}
]
}