Section one: Contracting entity
one.1) Name and addresses
ScotRail Trains Limited
Atrium Court, 50 Waterloo Street
Glasgow
G2 6HQ
Contact
Lisa Scott
Telephone
+44 3448110141
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
one.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
one.6) Main activity
Railway services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ScotRail suburban fleet (EMU and BEMU) procurement
Reference number
SR-PACT-PROJ-154
two.1.2) Main CPV code
- 34600000 - Railway and tramway locomotives and rolling stock and associated parts
two.1.3) Type of contract
Supplies
two.1.4) Short description
This Contract Notice formally commences the procurement process for an anticipated Suburban Fleet (as described below), comprising Electrical Multiple Units (EMU) and Battery Electrical Multiple Units (BEMU), along with associated supplies services for ScotRail Trains Limited (ScotRail). ScotRail shall select Applicants to be invited to negotiate in accordance with the selection criteria in [II.2.5] below and further detailed in the Pre-Qualification Pack (‘PQQ’). The ‘Contracts’ (a Manufacture and Supply Agreement ('MSA')’ and a Technical Support and Spares Supply Agreement ‘TSSSA’)) anticipated to be awarded pursuant to this procurement process will be awarded according to the criteria specified in the forthcoming Invitation to Negotiate (ITN).
The anticipated supply under the MSA is for a minimum of 69 trains, with a potential option for additional orders of up to approximately 37 trains. In addition to the MSA, ScotRail intends to procure a Technical Support and Spares Supply Agreement (TSSSA) with an anticipated duration of a minimum of 15 years, up to a maximum of 35 years, which is designed to support the Suburban Fleet post-delivery.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50220000 - Repair, maintenance and associated services related to railways and other equipment
- 34620000 - Rolling stock
- 34630000 - Parts of railway or tramway locomotives or rolling stock; railways traffic-control equipment
- 71356000 - Technical services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland
two.2.4) Description of the procurement
The scope of the services to be provided by the Bidder awarded the Contracts are anticipated to include (but not be limited to) the following:
Manufacture and Supply Agreement (MSA):
Design, manufacture, test, certify, commission, sell and deliver a new Suburban Fleet, and provide relevant inputs relating to infrastructure and depot / stabling works to accommodate the Suburban Fleet. These services will be provided via a Manufacture and Supply Agreement (MSA).
It is anticipated that ScotRail will conduct a second procurement process, in parallel to this one, to secure an owner / financier who will purchase and own the new Suburban Fleet and then lease these to ScotRail and any successor operator. This owner / financier will be a party to the MSA along with ScotRail and the successful Bidder under this procurement process. Please see the Procurement overview and instructions to Applicants and Bidders for a summary of the interface between this procurement and the anticipated owner / financier procurement.
Technical Support and Spares Supply Agreement (TSSSA):
ScotRail is to be the primary maintainer of the new Suburban Fleet. It is anticipated that the successful Bidder will, in its role as Service Provider, by providing Technical Support, Spares (scheduled and unscheduled) and off-train sub-system overhauls. These services will be provided via a TSSSA.
Further information regarding the scope, size and value of the anticipated supplies and services to be provided under these Contracts will be provided at the PQQ and ITN stages.
Applicants will have their capability and financial standing evaluated at PQQ Stage, and successful applicants may be invited to proceed to the Invitation to Negotiate (ITN) Stage.
This procurement is being run by SRT under the terms of its Grant Agreement between it, the Scottish Ministers and Scottish Rail Holdings Limited (SRH). It is anticipated that the Contracts subject to this procurement will be awarded and entered into by SRT. The aim of this procurement is to deliver Transport Scotland’s (TS) requirements as set out in Schedule 6 of the Grant Agreement. Following receipt and evaluation of tenders, SRT will prepare a Final Business Case (FBC) in line with Scottish Transport Appraisal Guidance for SRH and TS consideration. Progress to contract award is dependent on submission and approval by TS of a compliant and affordable FBC.
This procurement process is open to all entities capable of supplying rolling stock and technical support and spares. Interested parties must sign a non-disclosure agreement (NDA) and will be provided access to the Pre-Qualification Event in Wax Digital once the signed NDA has been returned.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
28 April 2028
End date
27 April 2063
This contract is subject to renewal
Yes
Description of renewals
It is anticipated that the MSA will have no defined end date. Most provisions cover the design, manufacture and supply of the rolling stock however, others will continue beyond this (e.g. manufacturer warranties and design authority).
It is anticipated that TSSSA will have a minimum duration of 15 years, with options to extend up to a maximum of 35 years.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
TBC
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
It is anticipated that the Base Order for the MSA will be for 69 trains which will comprise and mixture of EMUs and BEMUs. There may also be a requirement for Option Orders of up to approximately 37 trains which could also comprise of a mixture of EMUs and BEMUs.
The exercise of these Option Orders would be anticipated to result in an increase in the scope of the TSSSA 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.1.1) 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
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.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
As stated in the procurement documents.
three.1.6) Deposits and guarantees required
MSA: It is anticipated that a parent company guarantee and advance payment bond will be required.
TSSSA: It is anticipated that a parent company guarantee will be required. Other bonds as surety for certain service provider liabilities may be required.
Note, also 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 (and procurement documents accompanying this).
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Manufacturing and Supply Agreement (MSA): It is anticipated that the MSA under this contract will be financed by a financier / owner of the new fleet (to be procured via a second procurement process).
Technical Support and Spares Supply Agreement (TSSSA) will be funded directly by SRT.
Details of the payments under each contract will be detailed 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
SRT will accept Expressions of Interest 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.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated in the procurement documents.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
19 January 2026
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
17 July 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
Tender must be valid until: 28 April 2028
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
Access to the procurement documents is restricted. Further information can be obtained at:
Tenders or requests to participate must be sent electronically to:
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=751975.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
(SC Ref:751975)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9DA
Telephone
+44 14298888
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with the Utilities Contracts (Scotland) Regulations 2016
six.4.4) Service from which information about the review procedure may be obtained
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9DA
Telephone
+44 14298888
Country
United Kingdom