Notice Information
Notice Title
Transaction Management System
Notice Description
RDG operates the Digital Ticketing Service (DTS), formerly known as Central Back Office (CBO) on behalf of the UK rail industry to support the provision of ITSO smartcard ticket services. Established in 2014, one of the key components of the CBO is the Transaction Management System (TMS) which is in its extension period and due for renewal. TMS is a bespoke system that was designed and developed specifically to meet the needs of National Rail. This included specific requirements for the combined management, reporting and control of multiple TOC ITSO (electronic smartcards) schemes, scheme interoperability and integration and reporting to a number of external systems. The TMS has subsequently been incrementally developed, maintained and operated by the same supplier, Colibri, to meet the changing requirements of the rail industry. RDG, via RSP, own the TMS Intellectual Property (IP) and code / system. This modification is a permitted modification under Section 74 and Paragraph 8 of Schedule 8 (Additional Goods, Services or Works) of the Procurement Act 2023. The contract provides bespoke software services critical to national rail operations. A change of supplier at this juncture cannot be made at this point in time for technical reasons because: (i) a new supplier would face significant interchangeability issues with the existing proprietary architecture; and (ii) it would result in a substantial duplication of costs for RDG. These technical constraints are compounded by the transition to Great British Railways (GBR). Procuring a replacement system now would cause significant inconvenience and disproportionate financial risk before the long-term strategic and technical requirements of GBR are established. The extension is strictly limited to a duration that ensures operational continuity until the GBR transition allows for a settled procurement strategy.
Procurement Information
This modification is a permitted modification under Section 74(1)(a) and Paragraph 8 of Schedule 8 (Additional Goods, Services or Works) of the Procurement Act 2023. The modification provides for the continued supply of bespoke software services critical to national rail operations. A change of supplier is not possible because it would result in the provision of services that are incompatible with the existing proprietary architecture. RDG considers that this incompatibility would result in: Disproportionate technical difficulties in operation and maintenance during the critical transition to Great British Railways (GBR). Substantial duplication of costs, as a new procurement and implementation would be required for a system that may be sun setted once GBR's long-term technical requirements are finalised.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-060bbc
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/005577-2026
- 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
72212100 - Industry specific software development services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- £1,429,917 £1M-£10M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 22 Jan 20261 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 8 Jan 20261 months ago
- Contract Period
- 3 Feb 2026 - 26 Jan 2028 1-2 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
- RAIL DELIVERY GROUP LIMITED
- Contact Name
- Not specified
- Contact Email
- procurement@raildeliverygroup.com
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- EC4V 3DS
- Post Town
- Central 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
- City of London
- Electoral Ward
- Castle Baynard
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/005577-2026
22nd January 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/005571-2026
22nd January 2026 - 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-060bbc-2026-01-22T09:23:38Z",
"date": "2026-01-22T09:23:38Z",
"ocid": "ocds-h6vhtk-060bbc",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-08176197",
"name": "RAIL DELIVERY GROUP LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "08176197"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PMXW-9895-MJXN"
}
],
"address": {
"streetAddress": "First Floor North",
"locality": "London",
"postalCode": "EC4V 3DS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI31"
},
"contactPoint": {
"email": "procurement@raildeliverygroup.com"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicUndertaking",
"scheme": "UK_CA_TYPE",
"description": "Public undertaking"
}
]
}
},
{
"id": "GB-COH-04082862",
"name": "GCI NETWORK SOLUTIONS LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "04082862"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PTXG-1465-YWXJ"
}
],
"address": {
"streetAddress": "Melbourne House Brandy Carr Road",
"locality": "West Yorkshire",
"postalCode": "WF2 0UG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE45"
},
"contactPoint": {
"email": "tenders@nasstar.com"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.nasstar.com",
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-COH-08176197",
"name": "RAIL DELIVERY GROUP LIMITED"
},
"tender": {
"id": "ocds-h6vhtk-060bbc",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Transaction Management System",
"description": "RDG operates the Digital Ticketing Service (DTS), formerly known as Central Back Office (CBO) on behalf of the UK rail industry to support the provision of ITSO smartcard ticket services. Established in 2014, one of the key components of the CBO is the Transaction Management System (TMS) which is in its extension period and due for renewal. TMS is a bespoke system that was designed and developed specifically to meet the needs of National Rail. This included specific requirements for the combined management, reporting and control of multiple TOC ITSO (electronic smartcards) schemes, scheme interoperability and integration and reporting to a number of external systems. The TMS has subsequently been incrementally developed, maintained and operated by the same supplier, Colibri, to meet the changing requirements of the rail industry. RDG, via RSP, own the TMS Intellectual Property (IP) and code / system. This modification is a permitted modification under Section 74 and Paragraph 8 of Schedule 8 (Additional Goods, Services or Works) of the Procurement Act 2023. The contract provides bespoke software services critical to national rail operations. A change of supplier at this juncture cannot be made at this point in time for technical reasons because: (i) a new supplier would face significant interchangeability issues with the existing proprietary architecture; and (ii) it would result in a substantial duplication of costs for RDG. These technical constraints are compounded by the transition to Great British Railways (GBR). Procuring a replacement system now would cause significant inconvenience and disproportionate financial risk before the long-term strategic and technical requirements of GBR are established. The extension is strictly limited to a duration that ensures operational continuity until the GBR transition allows for a settled procurement strategy.",
"status": "complete",
"procurementMethod": "direct",
"procurementMethodDetails": "Direct award",
"procurementMethodRationale": "This modification is a permitted modification under Section 74(1)(a) and Paragraph 8 of Schedule 8 (Additional Goods, Services or Works) of the Procurement Act 2023. The modification provides for the continued supply of bespoke software services critical to national rail operations. A change of supplier is not possible because it would result in the provision of services that are incompatible with the existing proprietary architecture. RDG considers that this incompatibility would result in: Disproportionate technical difficulties in operation and maintenance during the critical transition to Great British Railways (GBR). Substantial duplication of costs, as a new procurement and implementation would be required for a system that may be sun setted once GBR's long-term technical requirements are finalised.",
"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": 1429917,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-04082862",
"name": "GCI NETWORK SOLUTIONS LIMITED"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72212100",
"description": "Industry specific software development services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"contractPeriod": {
"startDate": "2026-02-03T00:00:00Z",
"endDate": "2028-01-26T23:59:59Z"
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "005571-2026",
"documentType": "awardNotice",
"noticeType": "UK5",
"description": "Transparency notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/005571-2026",
"datePublished": "2026-01-22T09:10:18Z",
"format": "text/html"
},
{
"id": "005577-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/005577-2026",
"datePublished": "2026-01-22T09:23:38Z",
"format": "text/html"
}
],
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-02-03T23:59:59Z",
"status": "scheduled"
}
],
"date": "2026-01-08T00:00:00Z",
"standstillPeriod": {
"endDate": "2026-02-02T23:59:59+00:00"
}
}
],
"language": "en"
}