Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

UK4

Rail Replacement Service - Bus and Coach Operators

  • Cyhoeddwyd gyntaf: 27 Ebrill 2026
  • Wedi'i addasu ddiwethaf: 27 Ebrill 2026
  • Fersiwn: 1
  •  

  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-060348
Cyhoeddwyd gan:
Transport for Wales Rail Limited (Utility Buyer)
ID Awudurdod:
AA80566
Dyddiad cyhoeddi:
27 Ebrill 2026
Dyddiad Cau:
27 Mai 2026
Math o hysbysiad:
UK4
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Testun llawn y rhybydd

Cwmpas

Cyfeirnod caffael

TfW0993.00

Disgrifiad caffael

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.

Prif gategori

Gwasanaethau

Rhanbarthau cyflawni

  • 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

Cyfanswm gwerth (amcangyfrif, heb gynnwys TAW)

81008616.00 GBP to 81008616.00GBP

Dyddiadau contract (amcangyfrif)

24 Gorffennaf 2026, 00:00yb to 23 Gorffennaf 2034, 23:59yh

A oes fframwaith yn cael ei sefydlu?

Oes

A yw hwn yn gynllun fframwaith agored?

Oes

Awdurdod contractio

Transport for Wales Rail Limited (Utility Buyer)

Cofrestr adnabod:

  • GB-PPON

Cyfeiriad 1: 3 Llys Cadwyn

Tref/Dinas: Pontypridd

Côd post: CF37 4TH

Gwlad: United Kingdom

Gwefan: http://www.tfwrail.wales

Rhif y Sefydliad Caffael Cyhoeddus: PVJP-5451-JYWQ

Enw cyswllt: Christine Thorne

Ebost: TFW.RRSOperators@tfwrail.wales

Math o sefydliad: Ymgymeriad cyhoeddus

Rheoliadau datganoledig sy'n berthnasol: Cymru

Transport for Wales

Cofrestr adnabod:

  • GB-PPON

Cyfeiriad 1: 3 Llys Cadwyn

Tref/Dinas: Pontypridd

Côd post: CF37 4TH

Gwlad: United Kingdom

Gwefan: http://www.tfwrail.wales/

Rhif y Sefydliad Caffael Cyhoeddus: PPHD-4211-XYXJ

Enw cyswllt: Christine Thorne

Ebost: TFW.RRSOperators@tfwrail.wales

Math o sefydliad: Ymgymeriad cyhoeddus

Rheoliadau datganoledig sy'n berthnasol: Cymru

Gweithdrefn

Math o weithdrefn

Competitive flexible procedure

A yw'r caffael hwn o dan drefn arbennig?

Cyfleustodau

A yw cyfanswm y gwerth uwchlaw'r trothwy?

Uwchben y trothwy

Cytundebau masnach

Cytundeb Caffael y Llywodraeth (GPA)

Cytundeb Cynyddol a Chynhwysfawr ar gyfer Partneriaeth Traws-Môr Tawel (CPTPP)

Fframwaith

Rhagor o wybodaeth am ffioedd

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

Ffi canrannol a godir ar gyflenwyr

0%

Dyddiad gorffen cynllun fframwaith agored (amcangyfrif)

24 Gorffennaf 2034, 23:59yh

Dull dyfarnu wrth ddefnyddio'r fframwaith

Gyda a heb ailagor cystadleuaeth

Disgrifiad o weithrediad y fframwaith

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.

Lotiau

Wedi'i rannu'n 3 lot

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

Rhif lot: 1

Disgrifiad

Duties to be offered with up to 48 Hours Notice.

Dosbarthiadau CPV

  • 60112000 - Gwasanaethau trafnidiaeth ffyrdd cyhoeddus
  • 60130000 - Cerbydau arbenigol
  • 60140000 - Cludiant teithwyr heb ei drefnu
  • 60170000 - Llogi cerbydau cludo teithwyr gyda gyrrwr

Rhanbarthau cyflawni

  • 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

Gwerth lot (amcangyfrif)

28353016.00 GBP Heb gynnwys TAW

34023619.00 GBP Gan gynnwys TAW

Cynaladwyedd

Busnesau bach a chanolig (BBaCh)

Mentrau gwirfoddol, cymunedol a chymdeithasol (VCSE)

Dyddiad cychwyn y contract (amcangyfrif)

24 Gorffennaf 2026, 00:00yb

Dyddiad diwedd y contract (amcangyfrif)

23 Gorffennaf 2034, 23:59yh

Disgrifiad o sut y gellir dyfarnu lotiau lluosog

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.

Cyfranogiad

Amodau

Economaidd

Amodau cymryd rhan

As described in the ITT pack.

Amodau

Economaidd

Amodau cymryd rhan

As described in the ITT pack.

Meini prawf dyfarnu

Disgrifiad pwysoli

55% Quality/ 45% Price

Math: quality

Enw

Technical

Disgrifiad

As described in the ITT pack.

Parts 2 & 3 Lot 2: Pre-Planned

Rhif lot: 2

Disgrifiad

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

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

Dosbarthiadau CPV

  • 60112000 - Gwasanaethau trafnidiaeth ffyrdd cyhoeddus
  • 60130000 - Cerbydau arbenigol
  • 60140000 - Cludiant teithwyr heb ei drefnu
  • 60170000 - Llogi cerbydau cludo teithwyr gyda gyrrwr

Rhanbarthau cyflawni

  • 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

Gwerth lot (amcangyfrif)

40504308.00 GBP Heb gynnwys TAW

48605170.00 GBP Gan gynnwys TAW

Cynaladwyedd

Busnesau bach a chanolig (BBaCh)

Mentrau gwirfoddol, cymunedol a chymdeithasol (VCSE)

Dyddiad cychwyn y contract (amcangyfrif)

24 Gorffennaf 2026, 00:00yb

Dyddiad diwedd y contract (amcangyfrif)

23 Gorffennaf 2034, 23:59yh

Disgrifiad o sut y gellir dyfarnu lotiau lluosog

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.

Cyfranogiad

Amodau

Economaidd

Amodau cymryd rhan

As described in the ITT pack.

Amodau

Economaidd

Amodau cymryd rhan

As described in the ITT pack.

Meini prawf dyfarnu

Disgrifiad pwysoli

55% Quality, 45% Price.

Math: quality

Enw

Technical

Disgrifiad

Sub criteria applies as described in the ITT Pack.

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

Rhif lot: 3

Disgrifiad

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.

Dosbarthiadau CPV

  • 60112000 - Gwasanaethau trafnidiaeth ffyrdd cyhoeddus
  • 60130000 - Cerbydau arbenigol
  • 60140000 - Cludiant teithwyr heb ei drefnu
  • 60170000 - Llogi cerbydau cludo teithwyr gyda gyrrwr

Rhanbarthau cyflawni

  • 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

Gwerth lot (amcangyfrif)

12151292.00 GBP Heb gynnwys TAW

14581551.00 GBP Gan gynnwys TAW

Cynaladwyedd

Busnesau bach a chanolig (BBaCh)

Mentrau gwirfoddol, cymunedol a chymdeithasol (VCSE)

Dyddiad cychwyn y contract (amcangyfrif)

24 Gorffennaf 2026, 00:00yb

Dyddiad diwedd y contract (amcangyfrif)

23 Gorffennaf 2034, 23:59yh

Disgrifiad o sut y gellir dyfarnu lotiau lluosog

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.

Cyfranogiad

Amodau

Economaidd

Amodau cymryd rhan

As described in the ITT pack.

Amodau

Economaidd

Amodau cymryd rhan

As described in the ITT pack.

Meini prawf dyfarnu

Disgrifiad pwysoli

55% Quality/ 45% Price

Math: quality

Enw

Technical

Disgrifiad

As described in the ITT pack.

Telerau a risgiau contract

Telerau talu

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

Disgrifiad o risgiau i berfformiad contract

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

Cyflwyno

Dyddiad cau ar gyfer cyflwyno tendr

27 Mai 2026, 12:00yh

Dyddiad cau ar gyfer yr ymchwiliad

13 Mai 2026, 12:00yh

Dyddiad dyfarnu'r contract

02 Gorffennaf 2026, 23:59yh

Cyfeiriad cyflwyno ac unrhyw gyfarwyddiadau arbennig

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

A ellir cyflwyno tendrau yn electronig?

Oes

Ai caffaeliad cylchol yw hwn?

Nac ydw

Dyddiad cyhoeddi’r hysbysiad tendro nesaf (amcangyfrif)

22 Ionawr 2027, 23:59yh

Ieithoedd y gellir eu defnyddio ar gyfer cyflwyno

  • Saesneg
  • Cymraeg

Dogfennau

ID

L-1

Math o ddogfen

Dogfennau bidio

Disgrifiad

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

Math o ddogfen

Manylebau technegol

Disgrifiad

As described in the ITT pack.

ID

future

Math o ddogfen

Dogfennau bidio

Math o ddogfen

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

Math o ddogfen

Gwrthdaro buddiannau

Disgrifiad

Not published

Codio

Categorïau nwyddau

ID Teitl Prif gategori
Nid oes unrhyw gategorïau nwyddau ar gyfer yr hysbysiad hwn.

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Teulu dogfennau

Manylion hysbysiad
Dyddiad cyhoeddi:
09 Ionawr 2026
Dyddiad Cau:
27 Chwefror 2026 23:59
Math o hysbysiad:
UK2
Fersiwn:
1
Enw Awdurdod:
Transport for Wales Rail Limited (Utility Buyer)
Dyddiad cyhoeddi:
27 Ebrill 2026
Dyddiad Cau:
27 Mai 2026 12:00
Math o hysbysiad:
UK4
Fersiwn:
1
Enw Awdurdod:
Transport for Wales Rail Limited (Utility Buyer)

Ynglŷn â'r prynwr

Prif gyswllt:
n/a
Cyswllt gweinyddol:
n/a
Cyswllt technegol:
n/a
Cyswllt arall:
n/a

Gwybodaeth bellach

Dyddiad Manylion

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.