Tender

Rolling stock filters

THE CHILTERN RAILWAY COMPANY LIMITED

This public procurement record has 1 release in its history.

Tender

07 May 2026 at 15:29

Summary of the contracting process

The Chiltern Railway Company Limited has initiated a tender process for the procurement of rolling stock filters, essential for maintaining its fleet used across various routes in the UK. This active tender, titled "Rolling stock filters," falls within the goods category and is part of the industry concerning parts of locomotives and rolling stock. The procurement is under a competitive flexible procedure and follows a selective procurement method. The process involves multiple stages, with an expression of interest deadline set for 5th June 2026 and an award period concluding on 14th August 2026. The contract is expected to start on 14th September 2026 and run until 13th September 2031, with possible extensions. Deliveries will be made across multiple regions including UKC, UKD, UKE, UKF, UKG, UKH, UKI, UKJ, and UKK.

This tender presents a substantial opportunity for businesses capable of supplying a full range of specified filters necessary for the maintenance of Chiltern Railways' diesel multiple units and diesel loco hauled Mk5a coach stock. Companies that specialise in manufacturing or supplying train components, particularly those with experience in supplying manufacturer-recommended parts to uphold warranties, would find this opportunity aligned with their expertise. Given the strategic significance of the procurement across multiple UK regions and the potential contract value of up to £1,008,000, it offers considerable growth prospects for SMEs that can meet the selective procurement criteria and sustain product quality and timely supply throughout the contract term.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Rolling stock filters

Notice Description

Chiltern Railways operates commuter/regional rail passenger services from its central London terminus at London Marylebone along the M40 corridor to destinations in Buckinghamshire, Oxfordshire and Warwickshire, as well as long-distance services to the West Midlands along two routes. Services on the Chiltern main line run from London Marylebone to Birmingham Snow Hill, Stratford-upon-Avon and Oxford, with some peak-hour services to Kidderminster. Chiltern Railways also runs trains on the London to Aylesbury Line to Aylesbury (with some trains terminating at Aylesbury Vale Parkway instead), on the Princes Risborough to Aylesbury and Oxford to Bicester branch lines. This Procurement also covers East West Railway from Oxford to Bletchley or any other extensions that Chiltern Railways are contracted to operate. Chiltern Railways operates a mixed fleet of rolling stock to fulfil its rail passenger services. The fleet consists of both diesel multiple units (DMUs) and diesel loco hauled Mk5a coach stock. The fleet maintenance plan set out what maintenance tasks are required for the rolling stock and at what maintenance periodicities. The maintenance tasks include changing various fluids and filters to ensure the safe operation and maintain the performance of the fleet. As such Chiltern Railways require one contract to supply these filters to ensure continuity of supply, so that the maintenance tasks are performed at the correct intervals. To protect manufacturer warranties, only the manufacturer's recommended filters can be used which forms the specifications of this ITT. Only the filter makes and part numbers identified in the specifications are to be supplied and no substitutions will be accepted. Bidders must be capable of supplying all products within the basket of goods that make up the Specifications. No bids will be accepted where a Bidder is not able to supply all the product types that make up the specifications. Chiltern Railways will place orders for the products throughout the term of the agreement so that sufficient inventory levels can be maintained at its maintenance sites accordingly.

Lot Information

Lot 1

Options: The manufacturer of the components that use the filters may change the specifications and or the approved filters for the components. If this risk materialises then Chiltern Railways will need to modify the specifications to include supply of the revised filter(s). The manufacturer of the filters specified in the Specifications may modify the design of the filters. If this risk materialises then Chiltern Railways will need to modify the specifications to include supply of the revised filter(s). The manufacturer of the filters specified in the specifications may cease to manufacture a filter in the specifications. If this risk materialises then Chiltern railways will need to modify the specifications to include supply of an alternative or revised filter(s).

Renewal: There is an option to extend the contract by 12-months if both parties agree. The extension must be agreed within 1 month prior to the expiry of the intial contract term.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0693d4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/042134-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation


CPV Codes

34631000 - Parts of locomotives or rolling stock

Notice Value(s)

Tender Value
£840,000 £500K-£1M
Lots Value
£840,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 May 20261 weeks ago
Submission Deadline
22 May 20261 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
13 Sep 2026 - 13 Sep 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THE CHILTERN RAILWAY COMPANY LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
SUNDERLAND
Postcode
SR3 3XP
Post Town
Sunderland
Country
England

Major Region (ITL 1)
TLC North East (England)
Basic Region (ITL 2)
TLC4 Northumberland, Durham and Tyne & Wear
Small Region (ITL 3)
TLC44 Sunderland
Delivery Location
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLK South West (England)

Local Authority
Sunderland
Electoral Ward
Doxford
Westminster Constituency
Houghton and Sunderland South

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0693d4-2026-05-07T16:29:27+01:00",
    "date": "2026-05-07T16:29:27+01:00",
    "ocid": "ocds-h6vhtk-0693d4",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-03007939",
            "name": "THE CHILTERN RAILWAY COMPANY LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "03007939"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PNPV-7838-DRMN"
                }
            ],
            "address": {
                "streetAddress": "1 Admiral Way",
                "locality": "Sunderland",
                "postalCode": "SR3 3XP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKC23"
            },
            "contactPoint": {
                "name": "Ian Norman",
                "email": "ian.norman@chilternrailways.co.uk",
                "telephone": "+447866177233"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.chilternrailways.co.uk",
                "classifications": [
                    {
                        "id": "privateUtility",
                        "scheme": "UK_CA_TYPE",
                        "description": "Private utility"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-03007939",
        "name": "THE CHILTERN RAILWAY COMPANY LIMITED"
    },
    "tender": {
        "id": "UIN1849",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Rolling stock filters",
        "description": "Chiltern Railways operates commuter/regional rail passenger services from its central London terminus at London Marylebone along the M40 corridor to destinations in Buckinghamshire, Oxfordshire and Warwickshire, as well as long-distance services to the West Midlands along two routes. Services on the Chiltern main line run from London Marylebone to Birmingham Snow Hill, Stratford-upon-Avon and Oxford, with some peak-hour services to Kidderminster. Chiltern Railways also runs trains on the London to Aylesbury Line to Aylesbury (with some trains terminating at Aylesbury Vale Parkway instead), on the Princes Risborough to Aylesbury and Oxford to Bicester branch lines. This Procurement also covers East West Railway from Oxford to Bletchley or any other extensions that Chiltern Railways are contracted to operate. Chiltern Railways operates a mixed fleet of rolling stock to fulfil its rail passenger services. The fleet consists of both diesel multiple units (DMUs) and diesel loco hauled Mk5a coach stock. The fleet maintenance plan set out what maintenance tasks are required for the rolling stock and at what maintenance periodicities. The maintenance tasks include changing various fluids and filters to ensure the safe operation and maintain the performance of the fleet. As such Chiltern Railways require one contract to supply these filters to ensure continuity of supply, so that the maintenance tasks are performed at the correct intervals. To protect manufacturer warranties, only the manufacturer's recommended filters can be used which forms the specifications of this ITT. Only the filter makes and part numbers identified in the specifications are to be supplied and no substitutions will be accepted. Bidders must be capable of supplying all products within the basket of goods that make up the Specifications. No bids will be accepted where a Bidder is not able to supply all the product types that make up the specifications. Chiltern Railways will place orders for the products throughout the term of the agreement so that sufficient inventory levels can be maintained at its maintenance sites accordingly.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34631000",
                        "description": "Parts of locomotives or rolling stock"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 1008000,
            "amount": 840000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This tender will follow a three stage process. Stage 1 is the invitation to participate, stage 2 is the invitation to tender and stage 3 is the preferred bidder stage. Stage 1 will include a procurement specific questionaire (PSQ). This is a set of questions which are either information only or pass/fail. Bidders that successfully meet the requirements of the PSQ shall be invited to stage 2. Stage 2 is the invitation to tender (ITT) stage. Bidders are invited to submit tenders which will be evalauated based upon three workstreams, commercial, legal and technical. Chiltern reserve the right to perform a Best and Final Offers round in stage 2. The award criteria are set out in the draft ITT document. During Stage 3, the highest scoring Bidder will be invited to engage in further discussions with CHILTERN as part of a Preferred Bidder stage. This stage will be used to finalise the draft contract terms and conditions, in accordance with the limitations set out in the procurement act."
        },
        "mainProcurementCategory": "goods",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "https://marketdojo.com/market-dojo-sign-up/ Market Dojo - ePorcurement platform Use Invitation Code: 66D2CCBBC7 to access the event and tender documents.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-06-05T15:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2026-05-22T15:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-08-14T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 1008000,
                    "amount": 840000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Bidders are required to submit their price in the Pricing Schedule at Schedule 5 of the ITT. The estimated annual volume for each product (column G) has been included for the purposes of evaluation and is not intended to be a commitment of volume in any way. The price for the purposes of evaluation is the figure indicated in cell H23 of the \"Price\" sheet of Schedule 5 (Pricing Schedule). The unit price is multiplied by the estimated annual volume for each product to calculate the total price for each product line and the total annual price is then calculated which is the Bidder's price which will be evaluated. Any price which is more than double the lowest price will receive a score of 0%. The Commercial evaluation will be scored as follows: (Lowest price)/(Bidder's price)xWeighting (50%)",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Leagl",
                            "description": "Bidders are required to provide a clean and redline mark-up of the draft contract/SLAs/KPIs and a commentary on the same using the template found at Schedule 8 (Legal Commentary Table) of the ITT. The following elements of the Draft Contract/SLAs/KPIs will not form part of the Legal evaluation: (a) Clause 2 - Term (b) Clause 10 - Price (c) Clause 19 - Insurance (d) Clause 20 - Termination (e) Schedule 4 - Compliance Requirements The Bidder's sbmission will be evaluated by panel of evaluators appointed by Chiltern Railways. Each panel member will first undertake an independent evaluation of the tender responses, applying the relevant evaluation criteria. Following completion of individual evaluations, a moderation meeting will be held at which the evaluation panel will reach a consensus score and reasons for the marking of each question but if a consensus score cannot be achieved, the final score for each question will be decided by the majority score awarded. The Bidder's submission will be scored on the basis of how far they diverge from the Draft Contract/SLAs/KPIs issued by CHILTERN using the scoring methodology set out below. Scores will be allocated on the basis of which scoring description best fits the response provided. Score:5 Description: The Bidder's approach indicates full or near full acceptance of the general principles of the Draft Contract/SLAs/KPIs, and where amendments are suggested, on balance risk allocation is more favourable to CHILTERN than in the Draft Contract/SLAs/KPIs. Score 4: The Bidder's approach indicates full or near full acceptance of the general principles of the Draft Contract/SLAs/KPIs, and where amendments are suggested, those amendments demonstrate no impact in terms of risk allocation to CHILTERN, when compared to the Draft Contract/SLAs/KPIs. Score 3: The Bidder's approach indicates general acceptance of the general principles of the Draft Contract/SLAs/KPIs, and where amendments are suggested, those amendments demonstrate only limited impact in terms of risk allocation to CHILTERN, when compared to the Draft Contract/SLAs/KPIs. Score 2: The Bidder's approach does not accept the general principles of the SLAs/KPIs, and where amendments are suggested, those amendments have a negative impact on risk allocation to Draft Contract/CHILTERN, when compared to the Draft Contract/SLAs/KPIs . Score 1: The Bidder's approach does not accept the general principles of the Draft Contract/SLAs/KPIs, and where amendments are suggested, those amendments have a significantly negative impact on risk allocation to CHILTERN, when compared to the Draft Contract/SLAs/KPIs. Score 0: The Bidder's approach does not accept the general principles of the Draft Contract/SLAs/KPIs and any comments and/or amendments to the SLAs/KPIs have a very substantial effect on the risk allocation to CHILTERN, when compared to the Draft Contract/SLAs/KPIs.",
                            "numbers": [
                                {
                                    "number": 35,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "The tehnical workstream is split into two tecnical questions. The first question is a pass/fail evaluation criteria and asks the Bidder if they already hold an Umbrella Direct Agreement with the Department for Transport or if not whether they would be prepared to hold an Umbrella Direct Agreement with the Department for Transport. The second question asks the Bidder to provide a contract mobilisation plan. This mobilisation plan should show the key milestones of the mobilisation phases and sequence of events linked to critical path. The plan should also identify any risks, interdependencies and how they will be managed. The Bidder's sbmission will be evaluated by panel of evaluators appointed by Chiltern Railways. Each panel member will first undertake an independent evaluation of the tender responses, applying the relevant evaluation criteria. Following completion of individual evaluations, a moderation meeting will be held at which the evaluation panel will reach a consensus score and reasons for the marking of each question but if a consensus score cannot be achieved, the final score for each question will be decided by the majority score awarded. Score 5: The response covers all of the items detailed within the question and the Requirements and Standards. There are no issues, weaknesses or omissions presented, and the response identifies and manages risk throughout mobilisation. The response provides a very high level of confidence in the Bidder's ability to deliver a successful mobilisation programme. Score 4: The response covers almost all of the items detailed within the question and the Requirements and Standards. There are only a few minor issues, weaknesses or omissions and the response identifies and manages risk throughout mobilisation. The response provides a high level of confidence in the Bidder's ability to deliver a successful mobilisation programme. Score 3: The response covers most of the items detailed within the question and the Requirements and Standards. There are some weaknesses, issues or omissions within the response and it does not clearly identify and detail how risk would be managed throughout mobilisation. The response provides a moderate level of confidence in the Bidder's ability to deliver a successful mobilisation programme. Score 2: The response covers some of the items detailed within the question and the Requirements and Standards. There are some weaknesses, issues or omissions within the response and there is limited consideration and detail regarding how the Bidder will manage risk throughout mobilisation. The response provides a low level of confidence in the Bidder's ability to deliver a successful mobilisation programme. Score 1: The response fails to cover most of the items detailed within the question and the Requirements and Standards. The response has many weaknesses, issues and omissions and little or no details regarding how the Bidder will manage risk throughout mobilisation. The response provides a very low level of confidence in the Bidder's capability. Score 0: No response or does not answer the question.",
                            "numbers": [
                                {
                                    "number": 15,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Please refer to the Invitation to Participate document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-14T00:00:00+01:00",
                    "endDate": "2031-09-13T23:59:59+01:00",
                    "maxExtentDate": "2032-09-13T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There is an option to extend the contract by 12-months if both parties agree. The extension must be agreed within 1 month prior to the expiry of the intial contract term."
                },
                "hasOptions": true,
                "options": {
                    "description": "The manufacturer of the components that use the filters may change the specifications and or the approved filters for the components. If this risk materialises then Chiltern Railways will need to modify the specifications to include supply of the revised filter(s). The manufacturer of the filters specified in the Specifications may modify the design of the filters. If this risk materialises then Chiltern Railways will need to modify the specifications to include supply of the revised filter(s). The manufacturer of the filters specified in the specifications may cease to manufacture a filter in the specifications. If this risk materialises then Chiltern railways will need to modify the specifications to include supply of an alternative or revised filter(s)."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "042134-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/042134-2026",
                "datePublished": "2026-05-07T16:29:27+01:00",
                "format": "text/html"
            }
        ],
        "riskDetails": "The Contract presents the following risks: (a) The manufacturer of the components that use the filters may change the specifications and or the approved filters for the components. If this risk materialises then CHILTERN will need to modify the Specifications to include supply of the revised filter(s). (b) The manufacturer of the filters specified in the Specifications may modify the design of the filters. If this risk materialises then CHILTERN will need to modify the Specifications to include supply of the revised filter(s). (c) The manufacturer of the filters specified in the Specifications may cease to manufacture a filter in the Specifications. If this risk materialises then CHILTERN will need to modify the Specifications to include supply of an alternative or revised filter(s). CHILTERN considers that these risks may jeopardise the performance of the Contract but, due to the nature of the risks, the risks cannot be addressed in the Contract as awarded. Therefore, CHILTERN reserves the right to modify the awarded Contract to address the risks in accordance with Schedule 8 of the Act."
    },
    "language": "en"
}