Notice Information
Notice Title
Southern Line Blockage Tool
Notice Description
Line blockage irregularities pose significant risks to the safety of track workers and the safe passage of trains. An analysis of line block irregularities in the Southern region has identified root causes in the quality of planning, plan validation, and plan execution. The Southern region seeks a line blockage tool that enables signallers to rely on the capability and integrity of the signalling system to identify omissions in either the planning or execution of line blockages. This tool must demonstrably reduce the risk of line blockage irregularities through improved or simplified processes enabled by technology. It should validate planned protection limits relative to a given worksite to calculate the 'minimum protection requirements' and suppress route-setting commands that could compromise worksite safety. The tool must be compatible with existing Network Rail line blockage systems and offer a user-friendly interface for operational deployment. It should also be modular, allowing for future functionality enhancements. The desired outcome of deploying this system is a reduction in irregularities and an increased likelihood of delivering planned work efficiently and safely. To facilitate prompt rollout to the operational railway, any future procurement will prioritize tools that are substantially developed, have a clear route to ergonomic approval and product acceptance, or are already product approved. The supplier of this tool must have a proven track record of delivering software and/or safety-critical systems within Network Rail, demonstrating an understanding of product acceptance, relevant safety authorization processes, and stakeholder acceptance. Full product requirements are explained later in this document. Project Objectives: 1. Safety Enhancement: o Suppress route-setting commands that could compromise worksite safety. o Provide additional protection to reduce the risk of line blockage irregularities. 2. System Integration: o Compatibility with multiple signalling interlocking systems. o Capability to function across multiple workstations. 3. Operational Efficiency: o Deploy protection to the signaller's workstation with minimal process steps. o Store and manage a library of cyclical and pre-planned line blockages. o Provide an overview of all active and planned line blockages to signallers. 4. User Interface and Ergonomics: o Design with ergonomics approval to minimize user interface risks. o Validate requests before deployment to the signaller's workstation. 5. Modular and Extensible Design: o Modular structure to link or update additional functionalities. o Potential to link to Railhub or similar platforms. 6. Emergency Management: o Capability to manage emergency requests and ensure safe system reset. o Provide appropriate alerts and system health indications. Functional Requirements: * Suppress unsafe route-setting commands. * Integrate with multiple signalling interlocking systems. * Provide demonstrable additional protection and risk reduction. * Deploy protection with minimal process steps and a single command. * Store cyclical and pre-planned line blockages. * Validate planned protection limits to calculate minimum protection requirements. * Operate across multiple workstations. * Offer an overview of active and planned blockages. * Validate requests before deploying to the signaller workstation. * Ensure ergonomics-approved design. Non-Functional Requirements: * System should be modular and easily extendable. * Capability to manage emergency requests. * Compatible with existing Network Rail line blockage systems. * Provide alerts, indications, and health status across workstations. * Safely reset after a failure. Supplier Capability and Experience Requirements: * Demonstrate active development in relevant areas for rapid progression to deployment. * Present a realistic development and trial plan within CP7. * Proven track record in delivering software and safety-critical systems for Network
Lot Information
Lot 1
Line blockage irregularities pose significant risks to the safety of track workers and the safe passage of trains. An analysis of line block irregularities in the Southern region has identified root causes in the quality of planning, plan validation, and plan execution. The Southern region seeks a line blockage tool that enables signallers to rely on the capability and integrity of the signalling system to identify omissions in either the planning or execution of line blockages. This tool must demonstrably reduce the risk of line blockage irregularities through improved or simplified processes enabled by technology. It should validate planned protection limits relative to a given worksite to calculate the 'minimum protection requirements' and suppress route-setting commands that could compromise worksite safety. The tool must be compatible with existing Network Rail line blockage systems and offer a user-friendly interface for operational deployment. It should also be modular, allowing for future functionality enhancements. The desired outcome of deploying this system is a reduction in irregularities and an increased likelihood of delivering planned work efficiently and safely. To facilitate prompt rollout to the operational railway, any future procurement will prioritize tools that are substantially developed, have a clear route to ergonomic approval and product acceptance, or are already product approved. The supplier of this tool must have a proven track record of delivering software and/or safety-critical systems within Network Rail, demonstrating an understanding of product acceptance, relevant safety authorization processes, and stakeholder acceptance. Full product requirements are explained later in this document. Project Objectives: 1. Safety Enhancement: o Suppress route-setting commands that could compromise worksite safety. o Provide additional protection to reduce the risk of line blockage irregularities. 2. System Integration: o Compatibility with multiple signalling interlocking systems. o Capability to function across multiple workstations. 3. Operational Efficiency: o Deploy protection to the signaller's workstation with minimal process steps. o Store and manage a library of cyclical and pre-planned line blockages. o Provide an overview of all active and planned line blockages to signallers. 4. User Interface and Ergonomics: o Design with ergonomics approval to minimize user interface risks. o Validate requests before deployment to the signaller's workstation. 5. Modular and Extensible Design: o Modular structure to link or update additional functionalities. o Potential to link to Railhub or similar platforms. 6. Emergency Management: o Capability to manage emergency requests and ensure safe system reset. o Provide appropriate alerts and system health indications. Functional Requirements: * Suppress unsafe route-setting commands. * Integrate with multiple signalling interlocking systems. * Provide demonstrable additional protection and risk reduction. * Deploy protection with minimal process steps and a single command. * Store cyclical and pre-planned line blockages. * Validate planned protection limits to calculate minimum protection requirements. * Operate across multiple workstations. * Offer an overview of active and planned blockages. * Validate requests before deploying to the signaller workstation. * Ensure ergonomics-approved design. Non-Functional Requirements: * System should be modular and easily extendable. * Capability to manage emergency requests. * Compatible with existing Network Rail line blockage systems. * Provide alerts, indications, and health status across workstations. * Safely reset after a failure. Supplier Capability and Experience Requirements: * Demonstrate active development in relevant areas for rapid progression to deployment. * Present a realistic development and trial plan within CP7. * Proven track record in delivering software and safety-critical systems for Network Rail.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-049c2e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/029983-2024
- Current Stage
- Planning
- All Stages
- Planning
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
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Sep 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 25 Sep 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
- kishan.rajapaksa@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
Notice URLs
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-049c2e-2024-09-19T11:36:37+01:00",
"date": "2024-09-19T11:36:37+01:00",
"ocid": "ocds-h6vhtk-049c2e",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-049c2e",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Southern Line Blockage Tool",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "Line blockage irregularities pose significant risks to the safety of track workers and the safe passage of trains. An analysis of line block irregularities in the Southern region has identified root causes in the quality of planning, plan validation, and plan execution. The Southern region seeks a line blockage tool that enables signallers to rely on the capability and integrity of the signalling system to identify omissions in either the planning or execution of line blockages. This tool must demonstrably reduce the risk of line blockage irregularities through improved or simplified processes enabled by technology. It should validate planned protection limits relative to a given worksite to calculate the 'minimum protection requirements' and suppress route-setting commands that could compromise worksite safety. The tool must be compatible with existing Network Rail line blockage systems and offer a user-friendly interface for operational deployment. It should also be modular, allowing for future functionality enhancements. The desired outcome of deploying this system is a reduction in irregularities and an increased likelihood of delivering planned work efficiently and safely. To facilitate prompt rollout to the operational railway, any future procurement will prioritize tools that are substantially developed, have a clear route to ergonomic approval and product acceptance, or are already product approved. The supplier of this tool must have a proven track record of delivering software and/or safety-critical systems within Network Rail, demonstrating an understanding of product acceptance, relevant safety authorization processes, and stakeholder acceptance. Full product requirements are explained later in this document. Project Objectives: 1. Safety Enhancement: o Suppress route-setting commands that could compromise worksite safety. o Provide additional protection to reduce the risk of line blockage irregularities. 2. System Integration: o Compatibility with multiple signalling interlocking systems. o Capability to function across multiple workstations. 3. Operational Efficiency: o Deploy protection to the signaller's workstation with minimal process steps. o Store and manage a library of cyclical and pre-planned line blockages. o Provide an overview of all active and planned line blockages to signallers. 4. User Interface and Ergonomics: o Design with ergonomics approval to minimize user interface risks. o Validate requests before deployment to the signaller's workstation. 5. Modular and Extensible Design: o Modular structure to link or update additional functionalities. o Potential to link to Railhub or similar platforms. 6. Emergency Management: o Capability to manage emergency requests and ensure safe system reset. o Provide appropriate alerts and system health indications. Functional Requirements: * Suppress unsafe route-setting commands. * Integrate with multiple signalling interlocking systems. * Provide demonstrable additional protection and risk reduction. * Deploy protection with minimal process steps and a single command. * Store cyclical and pre-planned line blockages. * Validate planned protection limits to calculate minimum protection requirements. * Operate across multiple workstations. * Offer an overview of active and planned blockages. * Validate requests before deploying to the signaller workstation. * Ensure ergonomics-approved design. Non-Functional Requirements: * System should be modular and easily extendable. * Capability to manage emergency requests. * Compatible with existing Network Rail line blockage systems. * Provide alerts, indications, and health status across workstations. * Safely reset after a failure. Supplier Capability and Experience Requirements: * Demonstrate active development in relevant areas for rapid progression to deployment. * Present a realistic development and trial plan within CP7. * Proven track record in delivering software and safety-critical systems for Network",
"lots": [
{
"id": "1",
"description": "Line blockage irregularities pose significant risks to the safety of track workers and the safe passage of trains. An analysis of line block irregularities in the Southern region has identified root causes in the quality of planning, plan validation, and plan execution. The Southern region seeks a line blockage tool that enables signallers to rely on the capability and integrity of the signalling system to identify omissions in either the planning or execution of line blockages. This tool must demonstrably reduce the risk of line blockage irregularities through improved or simplified processes enabled by technology. It should validate planned protection limits relative to a given worksite to calculate the 'minimum protection requirements' and suppress route-setting commands that could compromise worksite safety. The tool must be compatible with existing Network Rail line blockage systems and offer a user-friendly interface for operational deployment. It should also be modular, allowing for future functionality enhancements. The desired outcome of deploying this system is a reduction in irregularities and an increased likelihood of delivering planned work efficiently and safely. To facilitate prompt rollout to the operational railway, any future procurement will prioritize tools that are substantially developed, have a clear route to ergonomic approval and product acceptance, or are already product approved. The supplier of this tool must have a proven track record of delivering software and/or safety-critical systems within Network Rail, demonstrating an understanding of product acceptance, relevant safety authorization processes, and stakeholder acceptance. Full product requirements are explained later in this document. Project Objectives: 1. Safety Enhancement: o Suppress route-setting commands that could compromise worksite safety. o Provide additional protection to reduce the risk of line blockage irregularities. 2. System Integration: o Compatibility with multiple signalling interlocking systems. o Capability to function across multiple workstations. 3. Operational Efficiency: o Deploy protection to the signaller's workstation with minimal process steps. o Store and manage a library of cyclical and pre-planned line blockages. o Provide an overview of all active and planned line blockages to signallers. 4. User Interface and Ergonomics: o Design with ergonomics approval to minimize user interface risks. o Validate requests before deployment to the signaller's workstation. 5. Modular and Extensible Design: o Modular structure to link or update additional functionalities. o Potential to link to Railhub or similar platforms. 6. Emergency Management: o Capability to manage emergency requests and ensure safe system reset. o Provide appropriate alerts and system health indications. Functional Requirements: * Suppress unsafe route-setting commands. * Integrate with multiple signalling interlocking systems. * Provide demonstrable additional protection and risk reduction. * Deploy protection with minimal process steps and a single command. * Store cyclical and pre-planned line blockages. * Validate planned protection limits to calculate minimum protection requirements. * Operate across multiple workstations. * Offer an overview of active and planned blockages. * Validate requests before deploying to the signaller workstation. * Ensure ergonomics-approved design. Non-Functional Requirements: * System should be modular and easily extendable. * Capability to manage emergency requests. * Compatible with existing Network Rail line blockage systems. * Provide alerts, indications, and health status across workstations. * Safely reset after a failure. Supplier Capability and Experience Requirements: * Demonstrate active development in relevant areas for rapid progression to deployment. * Present a realistic development and trial plan within CP7. * Proven track record in delivering software and safety-critical systems for Network Rail.",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2025-09-26T00:00:00+01:00"
},
"coveredBy": [
"GPA"
]
},
"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": "Kishan.Rajapaksa@networkrail.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.networkrail.co.uk/",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "RAILWAY_SERVICES",
"description": "Railway services"
}
]
}
},
{
"id": "GB-FTS-124664",
"name": "Kishan Rajapaksa",
"identifier": {
"legalName": "Kishan Rajapaksa"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "kishan.rajapaksa@networkrail.co.uk"
},
"roles": [
"processContactPoint"
],
"details": {
"url": "https://www.networkrail.co.uk/"
}
}
],
"buyer": {
"id": "GB-FTS-79855",
"name": "Network Rail Infrastructure Ltd"
},
"language": "en"
}