Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

DfI TRAM T-1145 Framework Contract for Surfacing Framework A

  • First published: 01 December 2024
  • Last modified: 01 December 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04b4a6
Published by:
Department for Infrastructure
Authority ID:
AA56586
Publication date:
01 December 2024
Deadline date:
20 January 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 £50k to £750k) and a Project Lot (delivering projects valued between £750k and £5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Department for Infrastructure

James House, 2-4 Cromac Avenue

Belfast

BT7 2JA

UK

E-mail: pb1@infrastructure-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://etendersni.gov.uk/epps


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etendersni.gov.uk/epps


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DfI TRAM T-1145 Framework Contract for Surfacing Framework A

II.1.2) Main CPV code

45200000

 

II.1.3) Type of contract

Works

II.1.4) Short 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 £50k to £750k) and a Project Lot (delivering projects valued between £750k and £5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.

II.1.5) Estimated total value

Value excluding VAT: 242 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 6 lots

Maximum number of lots that may be awarded to one tenderer: 3

II.2) Description

Lot No: 1

II.2.1) Title

SFA P1 (Projects Lot)

II.2.2) Additional CPV code(s)

45230000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

RAM 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 £50k to £750k) and a Project Lot (delivering projects valued between £750k and £5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 30 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

SFA N1 (Mid and East Antrim)

II.2.2) Additional CPV code(s)

45230000

II.2.3) Place of performance

NUTS code:

UKN0F

II.2.4) Description of the procurement

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 £50k to £750k) and a Project Lot (delivering projects valued between £750k and £5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 48 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

SFA S1 (Newry and Mourne)

II.2.2) Additional CPV code(s)

45230000

II.2.3) Place of performance

NUTS code:

UKN08

II.2.4) Description of the procurement

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 £50k to £750k) and a Project Lot (delivering projects valued between £750k and £5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 47 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

SFA W1 (Cookstown and Magherafelt)

II.2.2) Additional CPV code(s)

45230000

II.2.3) Place of performance

NUTS code:

UKN0B

II.2.4) Description of the procurement

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 £50k to £750k) and a Project Lot (delivering projects valued between £750k and £5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 46 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

SFA W2 (Omagh)

II.2.2) Additional CPV code(s)

45230000

II.2.3) Place of performance

NUTS code:

UKN0G

II.2.4) Description of the procurement

RAM 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 £50k to £750k) and a Project Lot (delivering projects valued between £750k and £5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 42 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

SFA E1 (Belfast North)

II.2.2) Additional CPV code(s)

45230000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

RAM 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 £50k to £750k) and a Project Lot (delivering projects valued between £750k and £5m in all areas). The five area lots are: Mid and East Antrim; Newry and Mourne; Cookstown and Magherafelt; Omagh; and Belfast North.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 27 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 50

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-036074

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 20/01/2025

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 20/05/2025

IV.2.7) Conditions for opening of tenders

Date: 20/01/2025

Local time: 15:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

In March 2023, the Department for Infrastructure (DfI) published the Procurement Enhancement Programme procurement strategy, developed to provide an efficient and value for money procurement route for the delivery of road asset maintenance across Northern Ireland. A key output of this strategy is the introduction of a suite of eleven Road Asset Management (RAM) Frameworks covering all roads maintenance and improvement works valued at up to £5 million. ---------------------------------------------------------------------------------------------------------------------------------------. . Four Surfacing Frameworks (A, B, C and D) have been developed by DfI to ensure the effective, efficient, and reliable delivery of road surfacing schemes across the Northern Ireland public road network. Each framework will last four years, covering surfacing requirements across a specified set of geographical areas and provide an opportunity for suppliers that have the capacity and appetite to deliver all types of surfacing schemes valued from £50k up to £5m. Each Framework will be divided into Lots in accordance with Regulation 46 of the Public Contract Regulations 2015. This arrangement has been adopted in order to ensure security of service delivery, preserve competition and encourage participation by SMEs. One surfacing framework is expected to be released every year. There will be restrictions on the number of Lots that an individual supplier can be awarded, both within and across the surfacing frameworks, full details of which will be set out in the procurement documents. ---------------------------------------------------------------------------------------------------------------------------------------. . 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 £750k to £5m 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 £50k to £750k 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 £50k to £750k within the Lot contract area will be placed with the Primary Supplier via the MTC Call-Off Contract. For each of Lots 2 to 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).

VI.4) Procedures for review

VI.4.1) Review body

High Court, Royal Courts of Justice

Chichester Street

Belfast

BT1 3JF

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

DfI will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.

VI.5) Date of dispatch of this notice

26/11/2024

Coding

Commodity categories

ID Title Parent category
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork Works for complete or part construction and civil engineering work
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
pb1@infrastructure-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.