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.

UK4

Rail Replacement Service - Bus and Coach Operators

  • First published: 27 April 2026
  • Last modified: 27 April 2026
  • Version: 1
  •  

  • This file may not be fully accessible.

  •  

Information icon

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)

Contents

Summary

OCID:
ocds-h6vhtk-060348
Published by:
Transport for Wales Rail Limited (Utility Buyer)
Authority ID:
AA80566
Publication date:
27 April 2026
Deadline date:
27 May 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Transport for Wales Rail (TfWRL) are in-housing the co-ordination and management of Rail Replacement Service (RRS) across Wales and Border routes operated by TfWRL within Wales and between Wales and England. Or any such route operated by TfW as may arise in future.

This means that all pre-planned and emergency rail replacement services currently provided by coach and bus operators through an aggregator agreement, will be contracted for as services, directly by TfWRL.

This procurement also includes the requirement for adhoc travel services to be commissioned via this framework as they arise.

Based upon 24/25 Financial year data, approximately 6,000 emergency duties and 21,000 planned duties were delivered by circa 135 different operators.

It is currently intended the Open Framework will run for the maximum 8 year term.

Full notice text

Scope

Procurement reference

TfW0993.00

Procurement description

Transport for Wales Rail (TfWRL) are in-housing the co-ordination and management of Rail Replacement Service (RRS) across Wales and Border routes operated by TfWRL within Wales and between Wales and England. Or any such route operated by TfW as may arise in future.

This means that all pre-planned and emergency rail replacement services currently provided by coach and bus operators through an aggregator agreement, will be contracted for as services, directly by TfWRL.

This procurement also includes the requirement for adhoc travel services to be commissioned via this framework as they arise.

Based upon 24/25 Financial year data, approximately 6,000 emergency duties and 21,000 planned duties were delivered by circa 135 different operators.

It is currently intended the Open Framework will run for the maximum 8 year term.

Main category

Services

Delivery regions

  • UKL - Wales
  • UKF - East Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKC - North East (England)
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKG - West Midlands (England)
  • UKE - Yorkshire and the Humber

Total value (estimated, excluding VAT)

81008616.00 GBP to 81008616.00GBP

Contract dates (estimated)

24 July 2026, 00:00AM to 23 July 2034, 23:59PM

Is a framework being established?

Yes

Is this an open framework scheme?

Yes

Contracting authority

Transport for Wales Rail Limited (Utility Buyer)

Identification register:

  • GB-PPON

Address 1: 3 Llys Cadwyn

Town/City: Pontypridd

Postcode: CF37 4TH

Country: United Kingdom

Website: http://www.tfwrail.wales

Public Procurement Organisation Number: PVJP-5451-JYWQ

Contact name: Christine Thorne

Email: TFW.RRSOperators@tfwrail.wales

Organisation type: Public undertaking

Devolved regulations that apply: Wales

Transport for Wales

Identification register:

  • GB-PPON

Address 1: 3 Llys Cadwyn

Town/City: Pontypridd

Postcode: CF37 4TH

Country: United Kingdom

Website: http://www.tfwrail.wales/

Public Procurement Organisation Number: PPHD-4211-XYXJ

Contact name: Christine Thorne

Email: TFW.RRSOperators@tfwrail.wales

Organisation type: Public undertaking

Devolved regulations that apply: Wales

Procedure

Procedure type

Competitive flexible procedure

Is this procurement under a special regime?

Utilities

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Framework

Further information about fees

All associated tender documents are available free of charge by registering on the named e-procurement portal.

Percentage fee charged to suppliers

0%

Open framework scheme end date (estimated)

24 July 2034, 23:59PM

Award method when using the framework

With and without reopening competition

Framework operation description

Operators will be required to pass all of the first stage selection questions to be appointed to the framework.

The operators technical and commercial submissions for Lot 1 and Lot 2 shall be imported into the end to end system on a weighted basis and used to determine the ranked order for calling off under the Framework taking into account relevant information regarding the location and delivery of the services where appropriate.

Lot 1 - Emergency - For each duty or group of duties, Operators will be contacted by telephone, email or text message to offer the duty. The nature of the emergency will determine how much time Operators have to respond e.g. If a higher ranked operator is contacted and fails to accept the duty within the prescribed timescale, the duty will be offered to the next highest ranked operator. Operators may also be contacted simultaneously and the duty offered to the first to respond regardless of ranked position.

Lot 2 - Pre-Planned - For each duty or group of duties, Operators will be requested to submit an Expression of Interest (EOI) within a prescribed timeframe. Upon receipt of the EOI, the duty will be offered in line with the ranked order.

Lot 3 - Mini Competition - All Operators appointed to Lots 1 and Lot 2, who express an interest when the framework is established, in bidding for Lot 3 duties will be invited to submit a price for the duty/blockade. The quality scores for the technical questions at the time the framework was established will be carried forward and added to the price score on a weighted basis to create the combined ranking. The duty/blockade will be offered to the highest ranked operator.

In all cases, duties/blockades will only be offered to operators with the vehicle and disc capacity.

Full details of the process are explained in the tender pack.

Lots

Divided into 3 lots

Part 1 Lot 1: Emergency (up to 48 hours)

Lot number: 1

Description

Duties to be offered with up to 48 Hours Notice.

CPV classifications

  • 60112000 - Public road transport services
  • 60130000 - Special-purpose road passenger-transport services
  • 60140000 - Non-scheduled passenger transport
  • 60170000 - Hire of passenger transport vehicles with driver

Delivery regions

  • UKL - Wales
  • UKF - East Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKC - North East (England)
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKG - West Midlands (England)
  • UKE - Yorkshire and the Humber

Lot value (estimated)

28353016.00 GBP Excluding VAT

34023619.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

24 July 2026, 00:00AM

Contract end date (estimated)

23 July 2034, 23:59PM

Description of how multiple lots may be awarded

Operators may apply to be entered into each of the three lots within the framework. Each lot will include an unlimited number of suppliers who meet the criteria for entry into that lot, as set out in the procurement documentation.

Participation

Conditions

Economic

Conditions of participation

As described in the ITT pack.

Conditions

Economic

Conditions of participation

As described in the ITT pack.

Award criteria

Weighting description

55% Quality/ 45% Price

Type: quality

Name

Technical

Description

As described in the ITT pack.

Parts 2 & 3 Lot 2: Pre-Planned

Lot number: 2

Description

Part 2 Lot 2: Pre-Planned (48 hours to 14 days)

Part 3 Lot 2: Pre-Planned (over 14 days)

CPV classifications

  • 60112000 - Public road transport services
  • 60130000 - Special-purpose road passenger-transport services
  • 60140000 - Non-scheduled passenger transport
  • 60170000 - Hire of passenger transport vehicles with driver

Delivery regions

  • UKL - Wales
  • UKF - East Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKC - North East (England)
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKG - West Midlands (England)
  • UKE - Yorkshire and the Humber

Lot value (estimated)

40504308.00 GBP Excluding VAT

48605170.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

24 July 2026, 00:00AM

Contract end date (estimated)

23 July 2034, 23:59PM

Description of how multiple lots may be awarded

Operators may apply to be entered into each of the three lots within the framework. Each lot will include an unlimited number of suppliers who meet the criteria for entry into that lot, as set out in the procurement documentation.

Participation

Conditions

Economic

Conditions of participation

As described in the ITT pack.

Conditions

Economic

Conditions of participation

As described in the ITT pack.

Award criteria

Weighting description

55% Quality, 45% Price.

Type: quality

Name

Technical

Description

Sub criteria applies as described in the ITT Pack.

Part 4 Lot 3: Mini-Competition (over 14 days)

Lot number: 3

Description

Larger groups of duties/blockades over a longer period of time. Each variable, dependant upon the specific need for rail replacement services at the time.

CPV classifications

  • 60112000 - Public road transport services
  • 60130000 - Special-purpose road passenger-transport services
  • 60140000 - Non-scheduled passenger transport
  • 60170000 - Hire of passenger transport vehicles with driver

Delivery regions

  • UKL - Wales
  • UKF - East Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKC - North East (England)
  • UKD - North West (England)
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKG - West Midlands (England)
  • UKE - Yorkshire and the Humber

Lot value (estimated)

12151292.00 GBP Excluding VAT

14581551.00 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

24 July 2026, 00:00AM

Contract end date (estimated)

23 July 2034, 23:59PM

Description of how multiple lots may be awarded

Operators may apply to be entered into each of the three lots within the framework. Each lot will include an unlimited number of suppliers who meet the criteria for entry into that lot, as set out in the procurement documentation.

Participation

Conditions

Economic

Conditions of participation

As described in the ITT pack.

Conditions

Economic

Conditions of participation

As described in the ITT pack.

Award criteria

Weighting description

55% Quality/ 45% Price

Type: quality

Name

Technical

Description

As described in the ITT pack.

Contract terms and risks

Payment terms

30 Days for traditional PO invoice payment and 14 days if automated billing processes are adopted.

Description of risks to contract performance

Examples of known risks at the framework level include:

Refinements of specification for service or vehicle provision e.g., Electric Vehicles.

Changes in legislation which may increase operator costs due to additional investment in technology or other requirements for the delivery of the services.

Changes in fuel rates, NI, minimum or living wage or other material costs of provision of the services.

Examples of known/unknown risks at the call off level include:

Amendment to call off contracts (duties awarded) including extension and curtailment of duties or full termination of duties due to the nature of the industry and respective need to deliver a resilient rail replacement service when trains are unable to operate.

Late cancellation of duties

Submission

Tender submission deadline

27 May 2026, 12:00PM

Enquiry deadline

13 May 2026, 12:00PM

Date of award of contract

02 July 2026, 23:59PM

Submission address and any special instructions

https://tfw.my.site.com/login

May tenders be submitted electronically?

Yes

Is this a recurring procurement?

No

Publication date of next tender notice (estimated)

22 January 2027, 23:59PM

Languages that may be used for submission

  • English
  • Welsh

Documents

ID

L-1

Document type

Bidding documents

Description

All associated tender documents are available free of charge by registering on the named e-procurement portal.

Additional tender support for SME's in Wales is available by contacting the Business Wales Tender Support Service on 03000 6 03000

Further details are available on the Business Wales website: https://businesswales.gov.wales/topics-and-guidance/tendering-and-supply-chain

ID

L-2

Document type

Technical specifications

Description

As described in the ITT pack.

ID

future

Document type

Bidding documents

Document type

All documents will be released at the same time the tender notice is published. If additional documents are identified as being needed, these will be made available via the nominated e-procurement portal - Atamis.

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Coding

Commodity categories

ID Title Parent category
There are no commodity categories for this notice.

Delivery locations

ID Description
100 UK - All

Document family

Notice details
Publication date:
09 January 2026
Deadline date:
27 February 2026 23:59
Notice type:
UK2
Version:
1
Authority name:
Transport for Wales Rail Limited (Utility Buyer)
Publication date:
27 April 2026
Deadline date:
27 May 2026 12:00
Notice type:
UK4
Version:
1
Authority name:
Transport for Wales Rail Limited (Utility Buyer)

About the buyer

Main contact:
n/a
Admin contact:
n/a
Technical contact:
n/a
Other contact:
n/a

Further information

Date Details

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.