Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}