Notice Information
Notice Title
Provision of Rail Operations Systems - Extension of Contract
Notice Description
This contract extension is being entered into to provide SE Trains Limited with continuity of service for operationally critical rail operations systems, including the migration from the supplier's outgoing system to the new release. The contract will also have an option to migrate another unsupported system for train crew, drivers and other colleague rostering to the supplier's software solution for this. The contract is being extended to provide sufficient time to allow SE Trains to finalise its specification for these services, compliantly tender and implement a solution.
Lot Information
Lot 1
The Authority currently has a live contract with the supplier for the provision of rail operations services and intends to directly award an extension to this contract, combining an option for migrating safety and operationally critical rostering to the supplier's software solution. The duration of this contract extension shall have a term of three years, with two further years permitted as optional extensions to be exercised at the discretion of the Authority based on the readiness of any replacement solution.
Procurement Information
The Authority is committed to completing a compliant procurement for the provision of rail operations systems but does not currently have a viable technical specification. Due to the operational and safety critical nature of the services, it is determined that an extension of the existing contract arrangements should be made to provide sufficient time to run a compliant tender, develop, test and implement a new system safely into the Authority's operations. The duration of this contract extension has been determined with these factors in mind, with optional extensions to provide contingency in the event that implementation takes longer than envisaged.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04f82a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/011019-2025
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
60 - Transport services (excl. Waste transport)
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
60210000 - Public transport services by railways
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
- 25 Mar 202511 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 21 Mar 202511 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SE TRAINS LIMITED
- Contact Name
- Tim Stockford
- Contact Email
- tim.stockford@southeasternrailway.co.uk
- Contact Phone
- +44 7977272834
Buyer Location
- Locality
- LONDON
- Postcode
- SE1 2AU
- 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)
- TLI44 Lewisham and Southwark
- 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
- Southwark
- Electoral Ward
- London Bridge & West Bermondsey
- Westminster Constituency
- Bermondsey and Old Southwark
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-04f82a-2025-03-25T08:37:49Z",
"date": "2025-03-25T08:37:49Z",
"ocid": "ocds-h6vhtk-04f82a",
"description": "The Authority is currently seeking to develop and finalise a specification for a rail operations system that will be compliantly tendered in the future. The timing of this procurement will be driven by resource availability.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-04f82a",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Provision of Rail Operations Systems - Extension of Contract",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "This contract extension is being entered into to provide SE Trains Limited with continuity of service for operationally critical rail operations systems, including the migration from the supplier's outgoing system to the new release. The contract will also have an option to migrate another unsupported system for train crew, drivers and other colleague rostering to the supplier's software solution for this. The contract is being extended to provide sufficient time to allow SE Trains to finalise its specification for these services, compliantly tender and implement a solution.",
"lots": [
{
"id": "1",
"description": "The Authority currently has a live contract with the supplier for the provision of rail operations services and intends to directly award an extension to this contract, combining an option for migrating safety and operationally critical rostering to the supplier's software solution. The duration of this contract extension shall have a term of three years, with two further years permitted as optional extensions to be exercised at the discretion of the Authority based on the readiness of any replacement solution.",
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "60210000",
"description": "Public transport services by railways"
}
],
"deliveryAddresses": [
{
"region": "UKC"
},
{
"region": "UKD"
},
{
"region": "UKE"
},
{
"region": "UKF"
},
{
"region": "UKG"
},
{
"region": "UKH"
},
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKK"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_OUTSIDE_SCOPE",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "The Authority is committed to completing a compliant procurement for the provision of rail operations systems but does not currently have a viable technical specification. Due to the operational and safety critical nature of the services, it is determined that an extension of the existing contract arrangements should be made to provide sufficient time to run a compliant tender, develop, test and implement a new system safely into the Authority's operations. The duration of this contract extension has been determined with these factors in mind, with optional extensions to provide contingency in the event that implementation takes longer than envisaged."
},
"awards": [
{
"id": "011019-2025-1",
"relatedLots": [
"1"
],
"status": "active"
}
],
"parties": [
{
"id": "GB-COH-03266762",
"name": "SE TRAINS LIMITED",
"identifier": {
"legalName": "SE TRAINS LIMITED",
"id": "03266762",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "Second Floor",
"locality": "London",
"region": "UKI44",
"postalCode": "SE12AU",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Tim Stockford",
"telephone": "+44 7977272834",
"email": "tim.stockford@southeasternrailway.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.southeasternrailway.co.uk",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "URBAN_RAILWAY_TRAMWAY_TROLLEYBUS_BUS_SERVICES",
"description": "Urban railway, tramway, trolleybus or bus services"
}
]
}
},
{
"id": "GB-FTS-141607",
"name": "High Court of England & Wales Technology and Construction Court",
"identifier": {
"legalName": "High Court of England & Wales Technology and Construction Court"
},
"address": {
"streetAddress": "7 Rolls Buildings, Fetter Lane",
"locality": "London",
"postalCode": "EC4A 1NL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-COH-03266762",
"name": "SE TRAINS LIMITED"
},
"contracts": [
{
"id": "011019-2025-1",
"awardID": "011019-2025-1",
"status": "active",
"dateSigned": "2025-03-21T00:00:00Z"
}
],
"language": "en"
}