Notice Information
Notice Title
Rail Operating system and Software support
Notice Description
The following is the list of software modules ("Licensed Software") that are installed, licensed and supported by the Supplier under this Agreement: * Customer Information Systems (CIS) Level 2 Service * CORPUS * GEMINI * Integrale Control - for Stock * Mainframe Connectivity Services * P2 * Rail Ops Hub * Release Management * TDDS * Train Miles * Voyagerplan * Integrale Diagramming * 3rd Party Interfaces
Procurement Information
The suite of Worldline systems directly interface with several other operational systems (including Network Rail systems) and are all necessary for the provision of the passenger rail services from Day 1. The Core Systems can only currently be provided by Worldline and there are no reasonable alternative systems available. Replacement of the Core Systems would require an industry change and take years to implement. Whilst the Additional Systems could be provided by an alternative supplier if separated, they are highly intertwined with the Core Systems and have complex interfaces. In any event the scoping, procurement and implementation timescales to replace the Additional Systems would be between 30-42 months, There are therefore significant technical reasons why only Worldline can supply the required services and competition is absent for the 36 months contract. There are therefore no known reasonable alternative suppliers to the rail industry that could at this time provide all the systems that are required.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05a34a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/060219-2025
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Direct
- Procurement Method Details
- Direct award
- Tender Suitability
- Not specified
- Awardee Scale
- Large
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
- £2,014,593 £1M-£10M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 26 Sep 20254 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 25 Sep 20255 months ago
- Contract Period
- 12 Oct 2025 - 12 Oct 2028 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GA TRAINS LIMITED
- Contact Name
- Not specified
- Contact Email
- procurement@dftoperator.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1P 4DR
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- Vincent Square
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/060219-2025
26th September 2025 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/060186-2025
26th September 2025 - Transparency notice on Find a Tender
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-05a34a-2025-09-26T14:48:11+01:00",
"date": "2025-09-26T14:48:11+01:00",
"ocid": "ocds-h6vhtk-05a34a",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-12544897",
"name": "GA TRAINS LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "12544897"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PNZP-3886-PVCD"
}
],
"address": {
"streetAddress": "Great Minster House 4th Floor, Public Ownership Programme Team",
"locality": "London",
"postalCode": "SW1P 4DR",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"email": "procurement@dftoperator.co.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicUndertaking",
"description": "Public undertaking"
}
]
}
},
{
"id": "GB-COH-08514184",
"name": "WORLDLINE IT SERVICES UK LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "08514184"
},
"address": {
"streetAddress": "Beeston Business Park, 1 Technology Drive",
"locality": "Nottingham",
"postalCode": "NG9 1LA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF16"
},
"contactPoint": {
"email": "WLopportunities@worldline.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"vcse": true,
"url": "https://worldline.com/en-gb/home",
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PZDC-4647-GCGJ"
}
]
}
],
"buyer": {
"id": "GB-COH-12544897",
"name": "GA TRAINS LIMITED"
},
"tender": {
"id": "ocds-h6vhtk-05a34a",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Rail Operating system and Software support",
"description": "The following is the list of software modules (\"Licensed Software\") that are installed, licensed and supported by the Supplier under this Agreement: * Customer Information Systems (CIS) Level 2 Service * CORPUS * GEMINI * Integrale Control - for Stock * Mainframe Connectivity Services * P2 * Rail Ops Hub * Release Management * TDDS * Train Miles * Voyagerplan * Integrale Diagramming * 3rd Party Interfaces",
"status": "complete",
"procurementMethod": "direct",
"procurementMethodDetails": "Direct award",
"procurementMethodRationale": "The suite of Worldline systems directly interface with several other operational systems (including Network Rail systems) and are all necessary for the provision of the passenger rail services from Day 1. The Core Systems can only currently be provided by Worldline and there are no reasonable alternative systems available. Replacement of the Core Systems would require an industry change and take years to implement. Whilst the Additional Systems could be provided by an alternative supplier if separated, they are highly intertwined with the Core Systems and have complex interfaces. In any event the scoping, procurement and implementation timescales to replace the Additional Systems would be between 30-42 months, There are therefore significant technical reasons why only Worldline can supply the required services and competition is absent for the 36 months contract. There are therefore no known reasonable alternative suppliers to the rail industry that could at this time provide all the systems that are required.",
"procurementMethodRationaleClassifications": [
{
"id": "singleSuppliersTechnicalReasons"
},
{
"id": "additionalRepeatExtensionPartialReplacement"
}
],
"specialRegime": [
"utilities"
],
"lots": [
{
"id": "1",
"status": "complete"
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
}
]
},
"awards": [
{
"id": "1",
"status": "pending",
"value": {
"amountGross": 2417511.6,
"amount": 2014593,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-08514184",
"name": "WORLDLINE IT SERVICES UK LIMITED"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"contractPeriod": {
"startDate": "2025-10-13T00:00:00+01:00",
"endDate": "2028-10-12T23:59:59+01:00"
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "060186-2025",
"documentType": "awardNotice",
"noticeType": "UK5",
"description": "Transparency notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/060186-2025",
"datePublished": "2025-09-26T14:22:06+01:00",
"format": "text/html"
},
{
"id": "060219-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/060219-2025",
"datePublished": "2025-09-26T14:48:11+01:00",
"format": "text/html"
}
],
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-09T23:59:59+01:00",
"status": "scheduled"
}
],
"date": "2025-09-26T00:00:00+01:00",
"standstillPeriod": {
"endDate": "2025-10-07T23:59:59+01:00"
}
}
],
"language": "en"
}