Tender

Operations processing system (TOPS & POIS)

NETWORK RAIL INFRASTRUCTURE LTD

This public procurement record has 2 releases in its history.

TenderUpdate

13 Sep 2024 at 13:33

Planning

21 Aug 2024 at 13:53

Summary of the contracting process

Network Rail Infrastructure Ltd, located in London, UK, is inviting tenders for the replacement of its Operations Processing System (TOPS & POIS). This project falls under the industry-specific software development services category and is currently in the tender stage. The procurement aims to modernise the current systems to mitigate innovation limitations, technical debt, operational risk, and extended support agreements. The updated response deadline for the Request for Information (RFI) is now 26th September 2024, reflecting a recent extension. Interested parties can find further details and submission instructions through Network Rail's procurement platform.

This tender offers significant opportunities for businesses specialising in software development, especially those providing industry-specific solutions. Companies experienced in modernising legacy systems, offering scalable and compatible software architectures, or providing innovative value-add capabilities stand to benefit from participating. The RFI will help Network Rail identify market-available solutions and may lead to future procurement activities, providing interested suppliers with a pathway to secure long-term contracts and enhance their market presence.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Operations processing system (TOPS & POIS)

Notice Description

The TOPS and POIS Replacement Project is required to deliver a solution to replace in-use functionality of the existing application under the adoption of modern technologies, thus avoiding innovation limitation, technical debt, operational risk and extended support agreements for these two mission critical services. TOPS is a mainframe system procured by British Rail (BR) from Southern Pacific in the early 1970s. It is a complex, command-driven system, originally designed for the management and control of freight vehicles and trains to provide real-time information of the whereabouts, loading, consignee, condition, etc. of freight vehicles. Since the introduction of TOPS to BR, the system has been expanded to handle locomotive activities and information about loco-hauled passenger operations, via a sub-system named POIS. The average freight traffic is currently 500 trains per day but may increase going forward.

Lot Information

Lot 1

For further information relating to Network Rails requirements and to respond please review the document - "TOPS & POIS Replacement" via the instructions below, 1. Follow the link - https://networkrail.bravosolution.co.uk/web/login.html 2. From the welcome screen, access the "View Current Opportunities" link and select: TOPS & POIS Replacement. 3. Click on the attachment - TOPS & POIS Replacement- RFI Submission 4. Once completed please send your submission document via email as attachment to emma.ditchfield@networkrail.co.uk with the email subject "TOPS & POIS Replacement". The response deadline for this RFI is the 12th September 2024. 5. Any questions or clarifications in respect of this RFI should be addressed to emma.ditchfield@networkrail.co.uk The purpose of this RFI is to engage with the supply base and request information relating to replacement TOPS & POIS solutions available in the market. Specifically, this RFI will address the following: * Identification of existing solutions available in the market: o These may be singular or multiple solutions, that may cover all or part of the requirements. * How your system would meet the identified requirements (in the provided Excel workbook). * The commercial basis of each solution provision, e.g. Software as a Service, traditional licence models. * Explanation of identified solution architecture flexibility and limitations, including (but not limited to): o Scalability. o Compatibility with other technologies. * Indicative end-to-end solution delivery costs including people and technology, where possible. * Indicative 5-year post-project annual costs, where possible. * Indicative 5-year post-project service and maintenance options, where possible. * High level solution development and implementation plan. * Identification of value-add capabilities / innovations relevant to this solution that Network Rail may have not considered: o Separately itemised additional costs of these, where possible. * Providing awareness to suppliers who are interested in any potential future tender activity relating to this requirement, of the procurement platform that will be used and provision of the steps to complete qualification to that platform (should they not have already done so). Please note that any content received via response to this RFI will be used purely for information purposes only and will not be deemed as forming part of any proposed bid now, or any potential future tender. Please note any discussions which do occur will cease immediately should a formal competition ultimately be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following procurement regulations. The PIN is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0492a0
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029435-2024
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

48000000 - Software package and information systems

48100000 - Industry specific software package

72212100 - Industry specific software development services

72222300 - Information technology services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Sep 20241 years ago
Submission Deadline
Not specified
Future Notice Date
20 Aug 2025Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NETWORK RAIL INFRASTRUCTURE LTD
Contact Name
Not specified
Contact Email
emma.ditchfield@networkrail.co.uk
Contact Phone
+44 1908781000

Buyer Location

Locality
LONDON
Postcode
SE1 8SW
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI45 Lambeth
Delivery Location
Not specified

Local Authority
Lambeth
Electoral Ward
Waterloo & South Bank
Westminster Constituency
Vauxhall and Camberwell Green

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-0492a0-2024-09-13T14:33:34+01:00",
    "date": "2024-09-13T14:33:34+01:00",
    "ocid": "ocds-h6vhtk-0492a0",
    "initiationType": "tender",
    "tender": {
        "id": "2024-042465",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Operations processing system (TOPS & POIS)",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "72212100",
            "description": "Industry specific software development services"
        },
        "mainProcurementCategory": "services",
        "description": "The TOPS and POIS Replacement Project is required to deliver a solution to replace in-use functionality of the existing application under the adoption of modern technologies, thus avoiding innovation limitation, technical debt, operational risk and extended support agreements for these two mission critical services. TOPS is a mainframe system procured by British Rail (BR) from Southern Pacific in the early 1970s. It is a complex, command-driven system, originally designed for the management and control of freight vehicles and trains to provide real-time information of the whereabouts, loading, consignee, condition, etc. of freight vehicles. Since the introduction of TOPS to BR, the system has been expanded to handle locomotive activities and information about loco-hauled passenger operations, via a sub-system named POIS. The average freight traffic is currently 500 trains per day but may increase going forward.",
        "lots": [
            {
                "id": "1",
                "description": "For further information relating to Network Rails requirements and to respond please review the document - \"TOPS & POIS Replacement\" via the instructions below, 1. Follow the link - https://networkrail.bravosolution.co.uk/web/login.html 2. From the welcome screen, access the \"View Current Opportunities\" link and select: TOPS & POIS Replacement. 3. Click on the attachment - TOPS & POIS Replacement- RFI Submission 4. Once completed please send your submission document via email as attachment to emma.ditchfield@networkrail.co.uk with the email subject \"TOPS & POIS Replacement\". The response deadline for this RFI is the 12th September 2024. 5. Any questions or clarifications in respect of this RFI should be addressed to emma.ditchfield@networkrail.co.uk The purpose of this RFI is to engage with the supply base and request information relating to replacement TOPS & POIS solutions available in the market. Specifically, this RFI will address the following: * Identification of existing solutions available in the market: o These may be singular or multiple solutions, that may cover all or part of the requirements. * How your system would meet the identified requirements (in the provided Excel workbook). * The commercial basis of each solution provision, e.g. Software as a Service, traditional licence models. * Explanation of identified solution architecture flexibility and limitations, including (but not limited to): o Scalability. o Compatibility with other technologies. * Indicative end-to-end solution delivery costs including people and technology, where possible. * Indicative 5-year post-project annual costs, where possible. * Indicative 5-year post-project service and maintenance options, where possible. * High level solution development and implementation plan. * Identification of value-add capabilities / innovations relevant to this solution that Network Rail may have not considered: o Separately itemised additional costs of these, where possible. * Providing awareness to suppliers who are interested in any potential future tender activity relating to this requirement, of the procurement platform that will be used and provision of the steps to complete qualification to that platform (should they not have already done so). Please note that any content received via response to this RFI will be used purely for information purposes only and will not be deemed as forming part of any proposed bid now, or any potential future tender. Please note any discussions which do occur will cease immediately should a formal competition ultimately be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following procurement regulations. The PIN is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement. This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48100000",
                        "description": "Industry specific software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72222300",
                        "description": "Information technology services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-08-21T00:00:00+01:00"
        },
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "The response deadline for this RFI is the 12th September 2024."
                        },
                        "newValue": {
                            "text": "The response deadline for this RFI is the 26th September 2024."
                        },
                        "where": {
                            "section": "II.2.4) Description",
                            "label": "Original end date of this notice for submission previously read as 12/09/24. This has now been extended to 26/09/24."
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-79855",
            "name": "Network Rail Infrastructure Ltd",
            "identifier": {
                "legalName": "Network Rail Infrastructure Ltd"
            },
            "address": {
                "streetAddress": "Waterloo General Offices",
                "locality": "London",
                "region": "UK",
                "postalCode": "SE1 8SW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1908781000",
                "email": "Emma.Ditchfield@networkrail.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.networkrail.co.uk",
                "buyerProfile": "https://networkrail.bravosolution.co.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-79855",
        "name": "Network Rail Infrastructure Ltd"
    },
    "language": "en"
}