Tender

Locomotive Traction Services Replacement Procurement

  • Caledonian Sleeper Limited

F05: Contract notice – utilities

Notice identifier: 2025/S 000-069693

Procurement identifier (OCID): ocds-h6vhtk-04e323 (view related notices)

Published 30 October 2025, 12:03pm



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

Email

procurement@caledoniansleeper.scot

Telephone

+44 3300600500

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.sleeper.scot

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