Section one: Contracting entity
one.1) Name and addresses
Caledonian Sleeper Limited
Basement and Ground Floor Premises, 1-5 Union Street
Inverness
IV1 1PP
Contact
Karen Rogers
procurement@caledoniansleeper.scot
Telephone
+44 3300600500
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30648
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publictendersscotland.publiccontractsscotland.gov.uk
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Locomotive Traction Services Replacement Procurement
Reference number
RD006
two.1.2) Main CPV code
- 60200000 - Railway transport services
two.1.3) Type of contract
Services
two.1.4) Short description
Supply of suitable locomotives and drivers to operate Caledonian Sleeper services between London and Scotland, including operation over electrified and non-electrified routes.
Associated maintenance and technical support services under a Traction and Rolling Stock Support and Services Agreement (TSSSA).
A contract duration anticipated to align with CSL’s long-term service requirements (indicatively 10 years).
two.1.5) Estimated total value
Value excluding VAT: £200,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 60200000 - Railway transport services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Supply of suitable locomotives and drivers to operate Caledonian Sleeper services between London and Scotland, including operation over electrified and non-electrified routes.
Associated maintenance and technical support services under a Traction and Rolling Stock Support and Services Agreement (TSSSA).
A contract duration anticipated to align with CSL’s long-term service requirements (indicatively 10 years).
two.2.5) Award criteria
Quality criterion - Name: Locomotive capability and compatibility / Weighting: 30
Quality criterion - Name: Service delivery plan / Weighting: 30
Quality criterion - Name: Transition plan / Weighting: 20
Quality criterion - Name: Contract delivery/Management Plan / Weighting: 20
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
TBC
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Other potential traction related services
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
As per PQQ
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-005541
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 December 2025
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
27 March 2026
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 30464. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
As per ITT
(SC Ref:813701)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriffs office
Glasgow
Country
United Kingdom