Construction Tenders

23 May 2025

Related Information

Construction Contract Leads

No location provided

Category Goods

Type

No. of Lots 2

Status Active

Published 21st May 2025

Tender Details
Referenceocds-h6vhtk-051a76
Common Procurement VocabularyRailway and tramway locomotives and rolling stock and associated parts
Procurement MethodNegotiated procedure with prior call for competition
Value£750,000
More Tenders »

No location provided

Category Goods

Type

No. of Lots 2

Status Active

Published 21st May 2025

Tender Details
Referenceocds-h6vhtk-051a76
Common Procurement VocabularyRailway and tramway locomotives and rolling stock and associated parts
Procurement MethodNegotiated procedure with prior call for competition
Value£750,000

Section I: Contracting entity

I.1) Name and addresses

ScotRail Trains Limited .

Atrium Court,, 50 Waterloo Street

Glasgow

G2 6HQ

Email

procurement [at] scotrail.co.uk

Telephone

+44 3448110141

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

https://www.scotrail.co.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30589

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://scotrail.wax-live.com/S2C/DisplayModules/TradeModules/negotiations/Sourcing/DocumentMain.aspx?ProjectId=390&DocumentId=391&ApplicationInstanceID=27adc89e-0cb2-4b51-9bc1-34061f10156f

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://scotrail.wax-live.com/S2C/DisplayModules/TradeModules/negotiations/Sourcing/DocumentMain.aspx?ProjectId=390&DocumentId=391&ApplicationInstanceID=27adc89e-0cb2-4b51-9bc1-34061f10156f

I.6) Main activity

Railway services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Lease of Shunters for use at Inverness and Haymarket Depots

II.1.2) Main CPV code

  • 34600000 - Railway and tramway locomotives and rolling stock and associated parts

II.1.3) Type of contract

Supplies

II.1.4) Short description

Lot 1: Primary use to move HST power / trailer cars at Inverness and Haymarket

Lot 2: Primary use to move HST vehicles during heavy maintenance within set boundaries at Haymarket Depot.

II.1.5) Estimated total value

Value excluding VAT: £750,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Lease of Shunters for use at Inverness and Haymarket Depot

Lot No

1

II.2.2) Additional CPV code(s)

  • 34600000 - Railway and tramway locomotives and rolling stock and associated parts

II.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
  • UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance

Inverness and Haymarket (Edinburgh) Depots

II.2.4) Description of the procurement

Primary use to move HST power / trailer cars at Inverness and Haymarket.

The Shunters shall:

- be mainline compliant to run on Network Rail mainline infrastructure and negotiate signals as per industry standards.

- be able to move HST up to 2 x power cars at 75 tonnes each and 5 x Mk3 coaches at 40 tonnes each.

- be fitted with Automatic Warning System (AWS) / Train Protection Warning System (TPWS) headlight and must have a Slow Speed Function (SSF).

- be able to couple to ScotRail HST vehicles and compatible with both the emergency nose end coupler and the alliance type couplers, and must also be capable of coupling with 170 & 158 / Diesel Multiple Unit (DMU) trains

- coupling requirements for Haymarket Depot in Lot 1 shall be in full compliance with the track curvature reports at Appendix 3

- have a GSM-r (radio) option (for Inverness for futureproofing),

- be powered by diesel or battery.

- be accompanied by any necessary specialist tooling or equipment required for light touch maintenance

- be accompanied by Operator and Maintenance Manuals

Maintenance – Lot 1

The Tenderer will also include a Shunter Maintenance plan, including tenderer/ operator responsibilities, to include clear technical definition of ‘light touch’ and low-level repairs and routine light maintenance by ScotRail. The Tenderer shall be required to provide consumables to ScotRail for all low-level repairs and light maintenance, and to allow the Tenderer to complete the full overhaul as per industry standards and complete non-light maintenance works.

The Tenderer shall also provide a contingency plan detailing arrangement for any period where the Shunter cannot be used/supplied, e.g. as a result of maintenance / overhaul, or technical failure.

Training – Lot 1

The Tenderer shall also have the ability to provide and deliver (as required) a ‘Train the Trainer’ package to enable relevant personnel at both Haymarket and Inverness depots to be fully trained to the correct industry standards, as ScotRail’s business dictates, to ensure relevant personnel are compliant to operate and maintain Shunters ensuring the safe movement of vehicles, and to be aware of safety and dangers on site. Course content shall also refer to ScotRail’s safety procedures, site assessment, and comply with the Health and Safety at Work Act (1974).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £500,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Initial 2 year award, plus 3 x 12 month options

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: No

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

Interested parties should register their interest at https://scotrail.wax-live.com/S2C/DisplayModules/TradeModules/negotiations/Sourcing/DocumentMain.aspx?ProjectId=390&DocumentId=391&ApplicationInstanceID=27adc89e-0cb2-4b51-9bc1-34061f10156f

II.2) Description

II.2.1) Title

Lease of Shunter for use at Haymarket Depot

Lot No

2

II.2.2) Additional CPV code(s)

  • 34600000 - Railway and tramway locomotives and rolling stock and associated parts

II.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

Haymarket Depot, Edinburgh

II.2.4) Description of the procurement

Primary use to move HST vehicles during heavy maintenance within set boundaries at Haymarket Depot.

The Shunter shall:

- be road and rail vehicle

- be remotely operated

- be able to couple to emergency nose and alliance coupler

- be able to supply and deliver coupling / attachments as per ScotRail’s future business demands

- be able to move a HST power car at 75 tonne each or Mk3 coach up to 40 tonnes

- have a Slow Speed Function (SSF) of 3-5 mph

- be battery powered

- be capable of moving HST bogies (special attachments required)

- be accompanied by any necessary specialist tooling or equipment required for light touch maintenance

- be accompanied by Operator and Maintenance Manuals

Maintenance – Lot 2

The Tenderer will also include a Shunter Maintenance plan and shall be required to complete maintenance checks in accordance with OEM manual / instruction, providing consumables as necessary to complete all maintenance works.

The Tenderer shall also provide a contingency plan providing detailing arrangement for any period where the Shunter cannot be used/supplied, e.g. as a result of maintenance / overhaul, or technical failure.

Training – Lot 2

The Tenderer shall also have the ability to provide and deliver (as required) a train the trainer package to enable relevant personnel at Haymarket depots to be fully trained to the correct industry standards, as ScotRail’s business dictates, to ensure operators are fully compliant. Training course content shall teach operators how to ensure the safe movement of vehicles, and to be aware of safety and dangers on site. Course content shall also refer to ScotRail’s safety procedures, site assessment, and comply with the Health and Safety at Work Act (1974).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £250,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Initial 2 years + 3 x 12 month options

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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

Interested parties should register their interest at https://scotrail.wax-live.com/S2C/DisplayModules/TradeModules/negotiations/Sourcing/DocumentMain.aspx?ProjectId=390&DocumentId=391&ApplicationInstanceID=27adc89e-0cb2-4b51-9bc1-34061f10156f


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

Is Supplier registered with RISQS or an equivalent body? If the answer is Yes, please provide details of membership.

(This is not a Pass/Fail question, it is for information purposes only).

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


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure with prior call for competition

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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.2.2) Time limit for receipt of tenders or requests to participate

Date

20 June 2025

Local time

12:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

20 June 2025

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

Duration in months: 3 (from the date stated for receipt of tender)


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

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=799424.

(SC Ref:799424)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

Glasgow

Country

United Kingdom