Notice Information
Notice Title
DfI TRAM Road Asset Management - Road Restraint Systems Framework
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 Road Restraint Systems Framework will include the following work activities: A. Road restraint systems installation and/or repair (standalone RRS including maintenance, renewals and new installations); B. Full or partial demolition of structures associated with road restraint systems; C. Earthworks D. Brickwork, blockwork and stonework E. Structural concrete construction and/or repairs associated with road restraint systems; F. Inspection assistance G. Temporary Traffic Management (TTM) on a live trafficked public road network H. Associated ancillary Works Further ancillary works may be asked of the successful Supplier such as: * Surface reinstatement * Site clearance including vegetation removal The Framework will comprise of three area Lots (Work Orders valued up to PS750k exc VAT). A Project Lot will be used to deliver individual NEC ECC projects covering all the geographical areas detailed below (valued between PS750,001 and PS5m exc VAT Area Lots; * RRSF N1 - Causeway Coast & Glens, Mid & East Antrim and Antrim & Newtownabbey; * RRSF E&S1 - Belfast, Lisburn & Castlereagh, Armagh, Banbridge & Craigavon, Newry, Mourne & Down and Ards & North Down; * RRSF W1 - Mid Ulster, Derry & Strabane and Fermanagh & Omagh. This Framework will deliver works from Call-Off contracts with an overall cumulative value of PS22m (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 PS27.5m (ex VAT).
Lot Information
RRSF P1 (Projects Lot)
Lot for NEC4 Call-Off Contracts awarded following a mini-competition process for Work Packages valued over PS750,001 up to PS5m covering all Framework contract areas.
Options: Framework Lot values may be shared with other Lots.
RRSF N1 (Antrim and Newtownabbey; Causeway Coast and Glens; Mid and East Antrim)ICC Measured Term Contract for structures works within the Antrim and Newtownabbey; Causeway Coast and Glens; Mid and East Antrim contract area (Works Orders valued up to PS750k). The proposed contract relates to works with a cumulative value of PS6.2m (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 PS7.75m (ex VAT).
Options: Framework Lot values may be shared with other Lots.
RRSF E&S1 (Belfast; Lisburn and Castlereagh; Ards and North Down, Newry, Mourne and Down and Armagh, Banbridge and Craigavon)ICC Measured Term Contract for structures works within the Belfast; Lisburn and Castlereagh; Ards and North Down, Newry Mourne and Down and Armagh, Banbridge and Craigavon contract area (Works Orders valued up to PS750k). The proposed contract relates to works with a cumulative value of PS6m (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 PS7.5m (ex VAT).
Options: Framework Lot values may be shared with other Lots.
RRSF W1 (Derry and Strabane; Fermanagh & Omagh; Mid-Ulster)Measured Term Contract for Structures works within the Derry and Strabane; Fermanagh & Omagh; Mid-Ulster contract area (Works Orders valued up to PS750k). The proposed contract relates to works with a cumulative value of PS5.8m (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 PS7.25m (ex VAT).
Options: Framework Lot values may be shared with other Lots.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0696cd
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/043533-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender 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
45000000 - Construction work
45200000 - Works for complete or part construction and civil engineering work
45220000 - Engineering works and construction works
45221000 - Construction work for bridges and tunnels, shafts and subways
45223000 - Structures construction work
45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45233280 - Erection of road-barriers
Notice Value(s)
- Tender Value
- £22,000,000 £10M-£100M
- Lots Value
- £26,500,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 May 20262 days ago
- Submission Deadline
- 15 Jun 20262 months to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Aug 2026 - 31 Aug 2030 4-5 years
- Recurrence
- 2030-04-30
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)
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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, TLN06 Belfast, TLN07 Armagh City, Banbridge and Craigavon, TLN08 Newry, Mourne and Down, TLN0A Derry City and Strabane, TLN0B Mid Ulster, TLN0C Causeway Coast and Glens, TLN0D Antrim and Newtownabbey, TLN0E Lisburn and Castlereagh, 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 Documents
-
https://www.find-tender.service.gov.uk/Notice/043533-2026
12th May 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/043521-2026
12th May 2026 - Tender notice on Find a Tender
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-0696cd-2026-05-12T15:07:23+01:00",
"date": "2026-05-12T15:07:23+01:00",
"ocid": "ocds-h6vhtk-0696cd",
"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": {
"noEngagementNoticeRationale": "**Preliminary market engagement notice was published** The Authority conducted a Preliminary Market Engagement (PME) online information session on Thursday 20th November 2025 for the Road Asset Management Structures and Road Restraint Systems Frameworks. Details of this can be found at: https://www.infrastructure-ni.gov.uk/articles/dfi-tram-preliminary-market-engagement Structures and Road Restraint Systems Frameworks Framework - UK2 Notice https://www.find-tender.service.gov.uk/Notice/071861-2025 UK2: Preliminary Market Engagement notice Notice identifier: 2025/S 000-071861 Procurement identifier (OCID): ocds-h6vhtk-05dc12 Published 6 November 2025, 3:42pm Last edited 7 November 2025, 9:36am"
},
"tender": {
"id": "T-1159",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "DfI TRAM Road Asset Management - Road Restraint Systems Framework",
"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 Road Restraint Systems Framework will include the following work activities: A. Road restraint systems installation and/or repair (standalone RRS including maintenance, renewals and new installations); B. Full or partial demolition of structures associated with road restraint systems; C. Earthworks D. Brickwork, blockwork and stonework E. Structural concrete construction and/or repairs associated with road restraint systems; F. Inspection assistance G. Temporary Traffic Management (TTM) on a live trafficked public road network H. Associated ancillary Works Further ancillary works may be asked of the successful Supplier such as: * Surface reinstatement * Site clearance including vegetation removal The Framework will comprise of three area Lots (Work Orders valued up to PS750k exc VAT). A Project Lot will be used to deliver individual NEC ECC projects covering all the geographical areas detailed below (valued between PS750,001 and PS5m exc VAT Area Lots; * RRSF N1 - Causeway Coast & Glens, Mid & East Antrim and Antrim & Newtownabbey; * RRSF E&S1 - Belfast, Lisburn & Castlereagh, Armagh, Banbridge & Craigavon, Newry, Mourne & Down and Ards & North Down; * RRSF W1 - Mid Ulster, Derry & Strabane and Fermanagh & Omagh. This Framework will deliver works from Call-Off contracts with an overall cumulative value of PS22m (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 PS27.5m (ex VAT).",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45220000",
"description": "Engineering works and construction works"
},
{
"scheme": "CPV",
"id": "45221000",
"description": "Construction work for bridges and tunnels, shafts and subways"
},
{
"scheme": "CPV",
"id": "45223000",
"description": "Structures construction work"
},
{
"scheme": "CPV",
"id": "45230000",
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
},
{
"scheme": "CPV",
"id": "45233280",
"description": "Erection of road-barriers"
}
],
"deliveryAddresses": [
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45220000",
"description": "Engineering works and construction works"
},
{
"scheme": "CPV",
"id": "45221000",
"description": "Construction work for bridges and tunnels, shafts and subways"
},
{
"scheme": "CPV",
"id": "45223000",
"description": "Structures construction work"
},
{
"scheme": "CPV",
"id": "45230000",
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
},
{
"scheme": "CPV",
"id": "45233280",
"description": "Erection of road-barriers"
}
],
"deliveryAddresses": [
{
"region": "UKN0C",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN0D",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN0F",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN0C",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN0D",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN0F",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45220000",
"description": "Engineering works and construction works"
},
{
"scheme": "CPV",
"id": "45221000",
"description": "Construction work for bridges and tunnels, shafts and subways"
},
{
"scheme": "CPV",
"id": "45223000",
"description": "Structures construction work"
},
{
"scheme": "CPV",
"id": "45230000",
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
},
{
"scheme": "CPV",
"id": "45233280",
"description": "Erection of road-barriers"
}
],
"deliveryAddresses": [
{
"region": "UKN06",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN07",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN08",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN0E",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN06",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN07",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN08",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN0E",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45220000",
"description": "Engineering works and construction works"
},
{
"scheme": "CPV",
"id": "45221000",
"description": "Construction work for bridges and tunnels, shafts and subways"
},
{
"scheme": "CPV",
"id": "45223000",
"description": "Structures construction work"
},
{
"scheme": "CPV",
"id": "45230000",
"description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
},
{
"scheme": "CPV",
"id": "45233280",
"description": "Erection of road-barriers"
}
],
"deliveryAddresses": [
{
"region": "UKN0A",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN0B",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN0G",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN0A",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN0B",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN0G",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "4"
}
],
"value": {
"amountGross": 26400000,
"amount": 22000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withReopeningCompetition",
"type": "closed",
"description": "Three Measured Term Contracts (MTCs) covering three Contract Areas (Lots 2-4) 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."
}
},
"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: ULR https://etendersni.gov.uk/epps For this procurement, all Supplier Technical and Financial submissions must be uploaded exclusively via Lot 1 (RRSF 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": "2026-06-15T15:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2026-06-15T15:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-08-14T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"title": "RRSF P1 (Projects Lot)",
"description": "Lot for NEC4 Call-Off Contracts awarded following a mini-competition process for Work Packages valued over PS750,001 up to PS5m covering all Framework contract areas.",
"status": "active",
"value": {
"amountGross": 4800000,
"amount": 4000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"description": "Price",
"numbers": [
{
"number": 1,
"weight": "order"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "Quality",
"numbers": [
{
"number": 2,
"weight": "order"
}
]
},
{
"type": "price",
"name": "Price",
"description": "Price",
"numbers": [
{
"number": 1,
"weight": "order"
}
]
},
{
"type": "quality",
"name": "Quality",
"description": "Quality",
"numbers": [
{
"number": 2,
"weight": "order"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As per Tender documentation - Refer to IFT Part B and TSP-1"
},
{
"type": "technical",
"description": "As per Tender Documentation - Refer to TSP-2"
},
{
"type": "economic",
"description": "As per Tender documentation - Refer to IFT Part B and TSP-1"
},
{
"type": "technical",
"description": "As per Tender Documentation - Refer to TSP-2"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-09-01T00:00:00+01:00",
"endDate": "2030-08-31T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "Framework Lot values may be shared with other Lots."
}
},
{
"id": "2",
"title": "RRSF N1 (Antrim and Newtownabbey; Causeway Coast and Glens; Mid and East Antrim)",
"description": "ICC Measured Term Contract for structures works within the Antrim and Newtownabbey; Causeway Coast and Glens; Mid and East Antrim contract area (Works Orders valued up to PS750k). The proposed contract relates to works with a cumulative value of PS6.2m (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 PS7.75m (ex VAT).",
"status": "active",
"value": {
"amountGross": 9300000,
"amount": 7750000,
"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"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As per Tender documentation - Refer to IFT Part B and TSP-1"
},
{
"type": "technical",
"description": "As per Tender Documentation - Refer to TSP-2"
},
{
"type": "economic",
"description": "As per Tender documentation - Refer to IFT Part B and TSP-1"
},
{
"type": "technical",
"description": "As per Tender Documentation - Refer to TSP-2"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-09-01T00:00:00+01:00",
"endDate": "2030-08-31T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "Framework Lot values may be shared with other Lots."
}
},
{
"id": "3",
"title": "RRSF E&S1 (Belfast; Lisburn and Castlereagh; Ards and North Down, Newry, Mourne and Down and Armagh, Banbridge and Craigavon)",
"description": "ICC Measured Term Contract for structures works within the Belfast; Lisburn and Castlereagh; Ards and North Down, Newry Mourne and Down and Armagh, Banbridge and Craigavon contract area (Works Orders valued up to PS750k). The proposed contract relates to works with a cumulative value of PS6m (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 PS7.5m (ex VAT).",
"status": "active",
"value": {
"amountGross": 9000000,
"amount": 7500000,
"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"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As per Tender documentation - Refer to IFT Part B and TSP-1"
},
{
"type": "technical",
"description": "As per Tender Documentation - Refer to TSP-2"
},
{
"type": "economic",
"description": "As per Tender documentation - Refer to IFT Part B and TSP-1"
},
{
"type": "technical",
"description": "As per Tender Documentation - Refer to TSP-2"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-09-01T00:00:00+01:00",
"endDate": "2030-08-31T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "Framework Lot values may be shared with other Lots."
}
},
{
"id": "4",
"title": "RRSF W1 (Derry and Strabane; Fermanagh & Omagh; Mid-Ulster)",
"description": "Measured Term Contract for Structures works within the Derry and Strabane; Fermanagh & Omagh; Mid-Ulster contract area (Works Orders valued up to PS750k). The proposed contract relates to works with a cumulative value of PS5.8m (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 PS7.25m (ex VAT).",
"status": "active",
"value": {
"amountGross": 8700000,
"amount": 7250000,
"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"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As per Tender documentation - Refer to IFT Part B and TSP-1"
},
{
"type": "technical",
"description": "As per Tender Documentation - Refer to TSP-2"
},
{
"type": "economic",
"description": "As per Tender documentation - Refer to IFT Part B and TSP-1"
},
{
"type": "technical",
"description": "As per Tender Documentation - Refer to TSP-2"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-09-01T00:00:00+01:00",
"endDate": "2030-08-31T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "Framework Lot values may be shared with other Lots."
}
}
],
"lotDetails": {
"maximumLotsAwardedPerSupplier": 3,
"awardCriteria": {
"description": "The Framework consists of four Lots, Project Lot (Lot 1) which will be used for One-Off Project Contracts to be awarded under mini-competitions and three Measured Term Contract Lots (Lots 2-4). The Authority aims to appoint a Primary Supplier to each Measured Term Contract Lot (Lots 2-4). Suppliers are required to tender for Lot 1 (Project Lot) and at least one other MTC Lot. A Supplier may bid for all three Measured Term Contract Lots however the number of MTC Lots that may be awarded to one Supplier under this Framework shall not exceed: Primary Supplier - 2 MTC Lot out of 3 The MTC Lot / Contract Area allocation process for this Procurement is set out in IFT-PART A, Section 10.7."
}
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "043521-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/043521-2026",
"datePublished": "2026-05-12T14:51:50+01:00",
"format": "text/html"
},
{
"id": "043533-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/043533-2026",
"datePublished": "2026-05-12T15:07:23+01:00",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2030-04-30T23:59:59+01:00"
},
{
"startDate": "2030-04-30T23:59:59+01:00"
}
]
},
"contractTerms": {
"financialTerms": "For further details on invoicing procedures please see : https://www.financeni.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."
},
"language": "en"
}