Tender

GA Trains Limited Rolling Stock Maintenance Procurement

  • GA TRAINS LIMITED

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-058773

Procurement identifier (OCID): ocds-h6vhtk-059fdb

Published 23 September 2025, 10:16am



Scope

Description

The contracting authority will enter into Train Services Agreements (TSA) contracts with the suppliers for the maintenance of rolling stock for use on Greater Anglia routes. These contracts will be for the maintenance of the fleet of 133 x 5 car Class 720 units, 10 x 12 car Class 745/0 units, 10 x 12 car Class 745/1 units, 14 x 3 car Class 755/3 units and 24 x 4 car Class 755/4 units.

A response against the entire maintenance scope will be required by the tender, with each bidder determining whether each item of scope will be delivered internally or via subcontract. For non-Original Equipment Manufacturer (OEM) bidders, it is a requirement that they will need to negotiate a Technical Support and Spares Supply Agreement (TSSSA) with the associated OEM in order to submit a complete response.

Prices will be sought for a:

• 5-year contract;

• 10-year contract with a 5-year performance-related break clause; and

• 15-year contract with 5- and 10-year performance-related break clause.

Total value (estimated)

  • £1,726,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 20 April 2026 to 19 October 2031
  • Possible extension to 19 October 2041
  • 15 years, 6 months

Description of possible extension:

Prices will be sought for a:

• 5-year contract

• 10-year contract with a 5-year performance-related break clause and

• 15-year contract with 5- and 10-year performance-related break clause

Options

The right to additional purchases while the contract is valid.

A portion of the maintenance scope will be requested as costed options covering the following areas:

• Line of Route Technicians / Engineers

• In-Service / Fleet Support Technicians

• Remote Performance System Engineers

• Train Cleaning and Servicing

Main procurement category

Services

CPV classifications

  • 50222000 - Repair and maintenance services of rolling stock

Contract locations

  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)

Lot 1. Lot 1 = Fleet North

Description

Maintenance services for Lot 1 = North Fleet (Class 745 and Class 755)

10 x 12 car Class 745/0 units, 10 x 12 car Class 745/1 units, 14 x 3 car Class 755/3 units and 24 x 4 car Class 755/4 units.

Lot value (estimated)

  • £702,000,000 including VAT

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 2. Lot 2 = Fleet South

Description

Maintenance services for Lot 2 = Fleet South (Class 720)

133 x 5 car Class 720 units.

Lot value (estimated)

  • £1,024,000,000 including VAT

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Submission

Enquiry deadline

9 October 2025, 6:00pm

Submission type

Requests to participate

Deadline for requests to participate

20 October 2025, 12:00pm

Submission address and any special instructions

Bidders are required to are submit their tender at the Delta e-sourcing https://www.delta-esourcing.com/respond/4689JD79Y2

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

20 April 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Quality Quality 55%
Price Price 35%
Social value Quality 10%

Other information

Payment terms

The maximum estimated contract values are based on the15-year term with all additional options, inclusive of inflationary increases.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Utilities

Competitive flexible procedure description

A single tender is being issued for both GA fleets. Each fleet will be presented as a 'Lot'. A single supplier will be allowed to bid for one or both 'Lots' and provide the cost benefits associated with economies of scale:

• Lot 1 = 'North Fleet' (Class 745 and Class 755);

• Lot 2 = 'South Fleet' (Class 720).

A response against the entire maintenance scope for each Lot will be required by the tender, with each bidder determining whether each item of scope will be delivered internally or via subcontract. For non-OEM bidders, it is a requirement that they will negotiate a TSSSA-style agreement with the associated OEM in order to submit a complete response.

The stages are intended to be:

• Conditions of participation;

• Tender stage (consisting of clarification and evaluation and negotiation substages);

• Award stage;

• Mobilisation stage.

The conditions of participation and pass criteria are detailed within the Procurement Specific Questionnaire available via the Delta eSourcing platform. The technical conditions of participation are:

• You must demonstrate suitable relevant experience for this procurement and provide contract examples.

• You must demonstrate suitable relevant experience of sub-contractor management, including management or delivery of a TSSSA.

• You must be willing to enter into a Train Services Agreement (TSA) with GA and can and will negotiate the terms of a Technical Support and Spares Supply Agreement (TSSSA) with the OEM relating to the appropriate Lot.

• You must be RISQS accredited to the RICCL codes E.E.2: Electrical Multiple Units / Maintain (MAN) and E.E.3: Diesel-Electric Multiple Units / Maintain (MAN)

Additional core supplier, financial, legal, associated persons and subcontractor condition of participation requirements are detailed within the Procurement Specific Questionnaire available via the Delta eSourcing platform.

The proposed evaluation weighting for the qualified elements of the tender are as follows:

• Price 35%;

• Quality 55%;

• Social value 10%.

Further detail on the evaluation criteria will be provided at the Tender Stage. It is not intended to refine the award criteria during the procurement process. Only one tendering round is planned.

Justification for not publishing a preliminary market engagement notice

Greater Anglia (Transport UK East Anglia Limited) undertook a preliminary market engagement exercise with maintenance service providers in April 2025. The purpose of the exercise was to establish the appetite and capability of the rolling stock maintenance market to participate in a tender for maintenance of the GA fleets when the current maintenance agreements expire.

A Preliminary Market Engagement Notice was not issued as Greater Anglia (Transport UK East Anglia Limited) as a private utility was not required to, and timescales and arrangements for transfer to GA Trains Limited were not defined.

Further details are provided in the PSQ document.


Documents

Associated tender documents

https://www.delta-esourcing.com/respond/4689JD79Y2

A Procurement Specific Questionnaire with further details of the tender shall be provided, with instructions on how to respond. A head of terms document will be provided, detailing the outline terms associated with this tender.

Documents are provided at https://www.delta-esourcing.com/respond/4689JD79Y2

- GA TSA Procurement PSQ - Issue 1.0

- GA TSA Procurement HoT - Issue 1.0

Documents to be provided after the tender notice

A separate invitation to tender and draft contract will be provided to successful bidders after the completion of the participation stage.


Contracting authority

GA TRAINS LIMITED

  • Companies House: 12544897
  • Public Procurement Organisation Number: PNZP-3886-PVCD

Great Minster House 4th Floor, Public Ownership Programme Team

London

SW1P 4DR

United Kingdom

Region: UKI32 - Westminster

Organisation type: Public undertaking (commercial organisation subject to public authority oversight)


Other organisation

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

IPEX CONSULTING LIMITED

Summary of their role in this procurement: IPEX Consulting Ltd are supporting the procurement activities

  • Companies House: 04897402
  • Public Procurement Organisation Number: PRYB-7489-JYWV

Liberty House, 222 Regent Street

London

W1B 5TR

United Kingdom

Region: UKI32 - Westminster


Contact organisation

Contact IPEX CONSULTING LIMITED for any enquiries.