黑料社

Construction Tenders

05 April 2026

Related Information

Construction Contract Leads

Scotland

Category Services

Type Tender

No. of Lots 1

Status Active

Published 24th Mar 2026

Tender Details
Referenceocds-h6vhtk-05cebc
Common Procurement VocabularyRepair, maintenance and associated services related to railways and other equipment
Procurement MethodNegotiated procedure with prior call for competition
Value£131,000,000
« Previous Page

Scotland

Category Services

Type Tender

No. of Lots 1

Status Active

Published 24th Mar 2026

Tender Details
Referenceocds-h6vhtk-05cebc
Common Procurement VocabularyRepair, maintenance and associated services related to railways and other equipment
Procurement MethodNegotiated 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

Email

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