Construction Contract Leads
Scotland
Category Services
Type Tender
No. of Lots 1
Status Active
Published 24th Mar 2026
| Reference | ocds-h6vhtk-05cebc |
| Common Procurement Vocabulary | Repair, maintenance and associated services related to railways and other equipment |
| Procurement Method | Negotiated procedure with prior call for competition |
| Value | £131,000,000 |
Scotland
Category Services
Type Tender
No. of Lots 1
Status Active
Published 24th Mar 2026
| Reference | ocds-h6vhtk-05cebc |
| Common Procurement Vocabulary | Repair, maintenance and associated services related to railways and other equipment |
| Procurement Method | Negotiated procedure with prior call for competition |
| Value | £131,000,000 |
Section I: Contracting entity
I.1) Name and addresses
ScotRail Trains Limited
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
Contact
Willie MacMillan
willie.macmillan [at] scotrail.co.uk
Telephone
+44 3448110141
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.6) Main activity
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
ScotRail Class 380 TSSSA
Reference number
SR-PACT-PROJ-236
II.1.2) Main CPV code
- 50220000 - Repair, maintenance and associated services related to railways and other equipment
II.1.3) Type of contract
Services
II.1.4) Short description
SRT seeks to establish a long-term, collaborative partnership with a technically competent and commercially robust Service Provider capable of delivering exceptional fleet support for the Class 380. The successful bidder will demonstrate proven
expertise, innovation, and a shared commitment to achieving excellence in fleet performance, reliability, and customer satisfaction.
Suppliers expressing interest in delivering the full Technical Support and Spares Supply Agreement (TSSSA) shall be responsible for the integrated delivery of all services described above, including:
- Technical support, investigations, and engineering improvement activities.
- Full materials supply and inventory management functions.
- 24/7 stores operation and logistics coordination.
- Development of performance reporting, KPIs, and continuous improvement initiatives.
- Joint responsibility with the Operator for the achievement of defined reliability and availability targets.
Suppliers bidding for the full TSSSA must demonstrate comprehensive capability across engineering, materials management, and logistics disciplines, supported by a robust management structure, digital tools, and evidence of prior delivery of integrated fleet support solutions in the global rail sector.
II.1.5) Estimated total value
Value excluding VAT: 拢131,000,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 50220000 - Repair, maintenance and associated services related to railways and other equipment
- 71350000 - Engineering-related scientific and technical services
II.2.3) Place of performance
NUTS codes
- UKM - Scotland
II.2.4) Description of the procurement
The objective of this procurement is to appoint a Service Provider capable of delivering TSSSA for the Class 380 fleet, in supporting the Operator鈥檚 operational performance targets and asset management strategy.
Fleet Composition
The Class 380 fleet consists of:
- Sixteen (16) units comprising four (4) vehicles each; and
- Twenty-two (22) units comprising three (3) vehicles each.
Contract Objectives
This procurement aims to:
a. Improve fleet reliability, availability, and safety through structured technical and maintenance support.
b. Enhance operational efficiency through optimised spares management and streamlined logistics.
c. Support sustainability objectives by minimising waste, obsolescence, and energy consumption.
d. Improve customer experience through enhanced HVAC performance, upgraded Passenger Information Systems (PIS), and improved CCTV coverage.
Suppliers expressing interest in delivering the full Technical Support and Spares Supply Agreement (TSSSA) shall be responsible for the integrated delivery of all services described above, including:
- Technical support, investigations, and engineering improvement activities.
- Full materials supply and inventory management functions.
- 24/7 stores operation and logistics coordination.
- Development of performance reporting, KPIs, and continuous improvement initiatives.
- Joint responsibility with the Operator for the achievement of defined reliability and availability targets.
Suppliers bidding for the full TSSSA must demonstrate comprehensive capability across engineering, materials management, and logistics disciplines, supported by a robust management structure, digital tools, and evidence of prior delivery of integrated fleet support solutions in the global rail sector.
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
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
Possible extension of up to a further 7 years.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 2
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
Possible extension of up to a further 7 years.
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
Access to the procurement documents is restricted. Further information can be obtained at:
Tenders or requests to participate must be sent electronically to:
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the procurement documents
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.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
As stated in the procurement documents
III.1.6) Deposits and guarantees required
A Parent Company Guarantee and potentially other credit support arrangements may be required to be provided by the successful Bidder. Detailed requirements will be set out in the Invitation to Negotiate.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
TSSSA will be funded directly by SRT. Payment terms will be specified at ITN stage.
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
SRT will accept PQQ responses and Tenders from single entities or joint ventures / consortia. SRT does not require any such joint ventures / consortia to form a single legal entity in order to request to participate or to tender / negotiate in relation to this procurement process. SRT will consider contracting with a joint venture / consortium, provided always that prior to contract award the participants in any joint venture / consortium form a single legal entity and are jointly and severally liable for all of the obligations under the Contracts.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated in the procurement documents
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated procedure with prior call for competition
IV.1.8) Information about the 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: 2025/S 000-066276
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
27 April 2026
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
27 May 2026
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 31 March 2027
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
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
Access to the procurement documents is restricted. Further information can be obtained at:
Tenders or requests to participate must be sent electronically to:
(SC Ref:826874)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace
Sheriff Clerk's Office, PO Box 23, 1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
