Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Transport for Wales
3 Llys Cadwyn, Taff Street
Pontypridd
CF37 4TH
UK
Contact person: Rebecca Phillips
Telephone: +44 2921673434
E-mail: rebecca.phillips214@tfwrail.wales
NUTS: UKL
Internet address(es)
Main address: https://tfw.wales/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685
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://etenderwales.bravosolution.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://etenderwales.bravosolution.co.uk/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Public Transport
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
TrawsCymru T4 Bus Operator Services
Reference number: C001126.00
II.1.2) Main CPV code
60112000
II.1.3) Type of contract
Services
II.1.4) Short description
TrawsCymru T4 Route Bus Operator Services for Transport for Wales. Please refer to the Statement of Requirements for full description of the services.
II.1.5) Estimated total value
Value excluding VAT:
6 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 4 lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lots 1 to 4
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 – 3 x Brecon based vehicle workings
II.2.2) Additional CPV code(s)
60112000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Please refer to the Statement of requirements within Volume 4 of the tender documentation.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2025
End:
31/08/2030
This contract is subject to renewal: Yes
Description of renewals:
Up to 24 Months (Maximum Term, inclusive of initial term is 7 Years)
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
Lot 2 – 1 x Newtown based vehicle working
II.2.2) Additional CPV code(s)
60112000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Please refer to the Statement of requirements within Volume 4 of the tender documentation
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2025
End:
31/08/2030
This contract is subject to renewal: Yes
Description of renewals:
Up to 24 months extension option (7 Year Maximum Term, inclusive of Initial Term)
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
Lot 3 – 2 x Brecon based vehicle workings (Sunday) 1 additional PVR, British Summer time only.
II.2.2) Additional CPV code(s)
60112000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Please refer to the Statement of Requirements within Volume 4 of the tender documentation.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2025
End:
31/08/2030
This contract is subject to renewal: Yes
Description of renewals:
Up to 24 Months (7 Year Maximum Term, inclusive of initial 5 year term)
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
Lot 4 – 1 x Newtown based vehicle working (Sunday)
II.2.2) Additional CPV code(s)
60112000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Please refer to the Statement of Requirements within Volume 4 of the tender documentation
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2025
End:
31/08/2030
This contract is subject to renewal: Yes
Description of renewals:
Up to 24 months extension Option (7 Year maximum Term inclusive of initial contract term)
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.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
21/03/2025
Local time: 12:00
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
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
21/03/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Renewal subject to TfW governance and investment approvals.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process under ITT reference itt_115829
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=148266
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Please refer to the tender documentation
(WA Ref:148266)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
19/02/2025