Notice Information
Notice Title
Electric Vehicle Charge Point installation across Wales and Cross Borders Stations (Phase 2)
Notice Description
Concession (supplier funded) agreement to appoint an Electric Vehicle (EV) Charge Point Operator to supply, install and maintain EV infrastructure across railway station car parks in Wales and Cross Border Stations. Supplier will be responsible for securing all goods, Services and Works including all planning, design, supply, installation, testing, commissioning, operation, maintenance, financial mechanisms and decommissioning of all above ground infrastructure, equipment, systems and other components required to achieve the functionality and required service levels.
Lot Information
Lot 1
Options: Additional options also include stations as they may arise during the term of the agreement e.g.: new stations within Wales and Cross Border network; stations along the Core Valleys Lines; additional charging points accessible on wider TfW premises (e.g. Depots) for the purpose of charging TfW fleet vehicles and staff personal vehicles. Option to transfer existing TfW assets procured under Phase 1.
Renewal: Up to 24 months to support the transition period upon exit e.g. service to cease, assets to transfer to TfW or another provider.
Planning Information
The Authority is seeking to engage suppliers who directly and fully own, operate and manage a fully supplier funded a CPO solution. The Authority is in the process of collating documents e.g., specification and concession terms and conditions etc. to share with the market as have been used in a previous competition. Requests for these documents must be submitted by the 5th May 2025 to supplychain@tfw.wales. The Authority is inviting suppliers to redline areas of the terms and conditions and specification in terms of adjustments or suggestions as to 1) How the Authority can ensure the final tender documents published are sufficiently attractive to the market. 2) Seeking input on a range of supplier funded models for a 20 year term. 3) Feedback on the specification and KPI’s. 4) Understanding of supplier risk positions. Dependent upon the volume of responses, the Authority may hold further 121 sessions with suppliers, or issue further questionnaires. The deadline for the written responses and any comments suppliers wish to offer is midnight of the 19th May 2025. To register interest and obtain the documentation for feedback, please email supplychain@tfw.wales by the 5th May 2025.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05051a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/054396-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
45 - Construction work
63 - Supporting and auxiliary transport services; travel agencies services
65 - Public utilities
-
- CPV Codes
31158000 - Chargers
31681500 - Rechargers
45310000 - Electrical installation work
63712600 - Vehicle refuelling services
65300000 - Electricity distribution and related services
Notice Value(s)
- Tender Value
- £3,000,000 £1M-£10M
- Lots Value
- £3,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Sep 20255 months ago
- Submission Deadline
- 20 Nov 2025Expired
- Future Notice Date
- 11 Jul 2025Expired
- Award Date
- Not specified
- Contract Period
- 4 Mar 2026 - 3 Mar 2047 Over 5 years
- Recurrence
- 2045-01-03
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT FOR WALES
- Contact Name
- Christine Thorne, Georgia Smith
- Contact Email
- procurement@tfw.wales, supplychain@tfw.wales
- Contact Phone
- +447890661824
Buyer Location
- Locality
- PONTYPRIDD
- Postcode
- CF37 4TH
- Post Town
- Cardiff
- Country
- Wales
-
- Major Region (ITL 1)
- TLL Wales
- Basic Region (ITL 2)
- TLL5 South East Wales
- Small Region (ITL 3)
- TLL51 Central Valleys and Bridgend
- Delivery Location
- TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLK South West (England), TLL Wales
-
- Local Authority
- Rhondda Cynon Taf
- Electoral Ward
- Pontypridd Town
- Westminster Constituency
- Pontypridd
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/054396-2025
5th September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/016006-2025
17th April 2025 - Preliminary market engagement notice on Find a Tender
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-05051a-2025-09-05T15:57:51+01:00",
"date": "2025-09-05T15:57:51+01:00",
"ocid": "ocds-h6vhtk-05051a",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-09476013",
"name": "Transport for Wales",
"identifier": {
"scheme": "GB-COH",
"id": "09476013"
},
"address": {
"streetAddress": "3 Llys Cadwyn",
"locality": "Pontypridd",
"postalCode": "CF37 4TH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKL15"
},
"contactPoint": {
"name": "Georgia Smith",
"email": "supplychain@tfw.wales"
},
"roles": [
"buyer"
],
"details": {
"url": "http://tfw.wales",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
},
{
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"id": "GB-WLS",
"description": "Welsh devolved regulations apply"
}
]
}
},
{
"id": "GB-PPON-PPHD-4211-XYXJ",
"name": "Transport for Wales",
"identifier": {
"scheme": "GB-PPON",
"id": "PPHD-4211-XYXJ"
},
"address": {
"streetAddress": "3 Llys Cadwyn",
"locality": "Pontypridd",
"postalCode": "CF37 4TH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKL15"
},
"contactPoint": {
"name": "Christine Thorne",
"email": "Procurement@tfw.wales",
"telephone": "+447890661824"
},
"roles": [
"buyer"
],
"details": {
"url": "https://tfw.wales/",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
},
{
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"id": "GB-WLS",
"description": "Welsh devolved regulations apply"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PPHD-4211-XYXJ",
"name": "Transport for Wales"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "The Authority is seeking to engage suppliers who directly and fully own, operate and manage a fully supplier funded a CPO solution. The Authority is in the process of collating documents e.g., specification and concession terms and conditions etc. to share with the market as have been used in a previous competition. Requests for these documents must be submitted by the 5th May 2025 to supplychain@tfw.wales. The Authority is inviting suppliers to redline areas of the terms and conditions and specification in terms of adjustments or suggestions as to 1) How the Authority can ensure the final tender documents published are sufficiently attractive to the market. 2) Seeking input on a range of supplier funded models for a 20 year term. 3) Feedback on the specification and KPI's. 4) Understanding of supplier risk positions. Dependent upon the volume of responses, the Authority may hold further 121 sessions with suppliers, or issue further questionnaires. The deadline for the written responses and any comments suppliers wish to offer is midnight of the 19th May 2025. To register interest and obtain the documentation for feedback, please email supplychain@tfw.wales by the 5th May 2025.",
"dueDate": "2025-05-19T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "016006-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/016006-2025",
"datePublished": "2025-04-17T15:38:19+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "C001048.01",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Electric Vehicle Charge Point installation across Wales and Cross Borders Stations (Phase 2)",
"description": "Concession (supplier funded) agreement to appoint an Electric Vehicle (EV) Charge Point Operator to supply, install and maintain EV infrastructure across railway station car parks in Wales and Cross Border Stations. Supplier will be responsible for securing all goods, Services and Works including all planning, design, supply, installation, testing, commissioning, operation, maintenance, financial mechanisms and decommissioning of all above ground infrastructure, equipment, systems and other components required to achieve the functionality and required service levels.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "63712600",
"description": "Vehicle refuelling services"
},
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "31158000",
"description": "Chargers"
},
{
"scheme": "CPV",
"id": "31681500",
"description": "Rechargers"
},
{
"scheme": "CPV",
"id": "65300000",
"description": "Electricity distribution and related services"
}
],
"deliveryAddresses": [
{
"region": "UKL",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"mainProcurementCategory": "services",
"specialRegime": [
"concession"
],
"aboveThreshold": true,
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2026-03-04T00:00:00+00:00",
"endDate": "2047-03-03T23:59:59+00:00",
"maxExtentDate": "2049-03-03T23:59:59+00:00"
},
"status": "active",
"value": {
"amountGross": 3600000,
"amount": 3000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "All main and sub-criteria are described in ITT Volume 1",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "All main and sub-criteria are described in ITT Volume 1",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As per ITT Volume 1"
},
{
"type": "technical",
"description": "As per ITT Volume 1"
}
]
},
"suitability": {
"sme": true
},
"hasRenewal": true,
"renewal": {
"description": "Up to 24 months to support the transition period upon exit e.g. service to cease, assets to transfer to TfW or another provider."
},
"hasOptions": true,
"options": {
"description": "Additional options also include stations as they may arise during the term of the agreement e.g.: new stations within Wales and Cross Border network; stations along the Core Valleys Lines; additional charging points accessible on wider TfW premises (e.g. Depots) for the purpose of charging TfW fleet vehicles and staff personal vehicles. Option to transfer existing TfW assets procured under Phase 1."
}
}
],
"communication": {
"futureNoticeDate": "2025-07-11T23:59:59+01:00"
},
"status": "active",
"value": {
"amountGross": 3600000,
"amount": 3000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "Refer to ITT Volume 1 for full details. Single Stage Procurement. Step 1 - Participation Stage - not used for down selection. All Tenderers must pass this stage to be considered for contract award. Step 2 - Technical and Commercial Responses - the top two scoring bidders with the highest combined qualitative and commercial ranked score will be taken forward to Step 3. Step 3 - Dialogue - enable a strategic discussion aimed at ensuring the full scope of the Authority requirement is understood and the Tenderer offer is consistent with the requirement. Equally that the Authority duly understands the Tenderer offer. Step 4 - Site Visits - based upon the reference sites provided, to aid its understanding of the solution offered in a live environment. Step 5 - Preferred Supplier - Post Tender Negotiation only with the preferred tenderer with the objective of improving the final tender but without changing requirements As per ITT Volume 1 - the Authority reserves the right to undertake some or all of the above steps. Tenderers may also submit 1 variant bid."
},
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders. The contracting authority reserves the right to award the Contract in whole or in part. The contracting authority reserves the right to pause, halt and/or annul the tendering process and not to award the Contract. To complete your formal proposal, please access the ITT via the e-Tenderwales tendering portal where you will find a full suite of tender documentation. 1. Register your company on the eSourcing portal (this is only required once)- Browse the eSourcing portal: https://etenderwales.bravosolution.co.uk/ and click the link to register- Accept the Ts and Cs and click 'continue'- Enter your correct business/user details 2. Express an interest in the tender- Log into the portal with the username/password- Click the 'ITT Open to all suppliers' link- Click on ITT_119825 - Click the 'express interest' button at the top of the page- This will move the ITT into your 'my ITT's page (this is a secure area reserved for your projects only)- You can now access any attachments by clicking 'buyer attachments' in the 'ITT details' box 3. Responding to the tender- Click 'my response' under 'ITT details' and you can choose to 'create response' or to 'decline to respond' (please give a reason if declining)- You can now use the 'messages' function to communicate with the buyer and seek any clarification- Note the deadline for completion and then follow the on screen instructions to complete the tender response N/B: (All bidders must ensure they are registered on the Central Digital Platform and have received the Unique ID) and also ensure they are registered on www.Sell2Wales.co.uk",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en",
"cy"
]
},
"tenderPeriod": {
"endDate": "2025-11-20T12:00:00+00:00"
},
"enquiryPeriod": {
"endDate": "2025-11-06T12:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-02-09T23:59:59+00:00"
},
"documents": [
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "e-TenderWales Portal. https://etenderwales.bravosolution.co.uk/web/login.shtml"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "054396-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/054396-2025",
"datePublished": "2025-09-05T15:57:51+01:00",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2045-01-03T23:59:59+00:00"
}
]
},
"riskDetails": "Potential risks may arise due to regulatory and legal compliance. Operational risks e.g. grid connection and power supply, maintenance and reliability. Technology obsolescence Supplier funded model and revenue/income generating model Cost overruns and funding gaps Insurance and liability Exclusivity and expansion rights Customer experience and brand reputation"
},
"language": "en"
}