Planning

Consolidated Delay Repay Service and Related Services

RAIL SETTLEMENT PLAN LIMITED

This public procurement record has 1 release in its history.

Planning

23 Mar 2026 at 17:04

Summary of the contracting process

Rail Settlement Plan Limited is initiating a public procurement process for the "Consolidated Delay Repay Service and Related Services," focusing on the rail sector and based in London, United Kingdom. The procurement is in the planning stage, with expressions of interest due by the 22nd of May, 2026, and queries concluding by the 15th of May, 2026. The tender includes a selective procurement method through a competitive flexible procedure, underpinned by UK legislation enacted in 2023. The scope of this procurement covers multiple service areas including core Delay Repay systems and electronic ticket validation. The overall contract value gross is estimated at £25,433,208, aimed at supporting the Rail Delivery Group's broader integration with Great British Railways technology and operations.

This tender offers promising growth opportunities for companies specialising in software development, IT services, and postal fulfilment. Businesses proficient in developing software and IT solutions, particularly those with experience in rail industry integrations, would be well-suited to respond. The project entails a detailed systems integration role, presenting substantial technical challenges that skilled IT vendors can leverage for growth. Additionally, companies offering printing and postal services have a chance to handle fulfilment operations. With extensions possible, this venture provides long-term engagement prospects, particularly for firms capable of adapting to evolving industry standards and technologies. Successful bidders will have the chance to collaborate closely with RDG and Network Rail, enhancing their portfolio in high-profile public sector projects.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Consolidated Delay Repay Service and Related Services

Notice Description

Rail Delivery Group (RDG) acting in conjunction with Network Rail's Fares Ticketing and Retailing Programme intends to procure the Phase 1 supplier set for a consolidated Great Britain Delay Repay service, aligned to the wider Great British Railways (GBR) implementation. RDG is expected to lead delivery and operation of the interim national capability prior to GBR go-live; solutions should therefore be connectable and portable to the evolving train operating company (TOC) / GBR technology stack and operating processes, with clear interfaces and practical transition support. Phase 1 is expected to be structured into lots covering: (1) core Delay Repay platform and lead systems integration; (2) electronic Ticket Validation Database capability (eTVD); and potentially (3) print and postal fulfilment for letters/rail travel vouchers. RDG anticipates subsequent procurement, later including Pay As You Go (PAYG) scheme integration; Phase 1 solutions should support future operational hand-offs (e.g., exception queues and operational MI). Scope and sequencing are indicative and may be refined prior to tender RDG may consider carrying out Lot 3 by way of alternative methods including use of the Crown Commercial Framework or GCloud process in which case this procurement would consist of Lots 1 and 2. Details of this will be available in the Tender Notice to be published later. The total spend values stated in this notice are based on estimated levels of capacity and throughput needed as at the date of this notice for the full contract duration including all term extensions exercised.

Lot Information

Consolidated Delay Repay Service Core Technical Solution

Provide, configure/build, host and support the core Delay Repay service, including the customer-facing website and back-office operations portal, delivering end-to-end claim submission, tracking, decisioning and case management. Scope is expected to include digital claims (including "one-click" where applicable), paper form ingestion via OCR into the digital case record, transactional communications, interim rules-based fraud checks and rule/parameter maintenance, and service reporting/MI. The Lot 1 supplier is expected to act as lead systems integrator, delivering and/or coordinating interfaces with: (i) industry delay/ticket validation sources (including eTVD); (ii) payments to claimants through RDG's Payment Service Provider; (iii) and provision of claimant information to RDG's print/mail fulfilment supplier for compensation made by post; and (iv) retailer-facing APIs routed via the RDG-managed gateway. The solution should also support future integration with a Phase 2 Processing Centre capability (e.g., work The Lot 1 supplier is expected to act as lead systems integrator, delivering and/or coordinating interfaces with: (i) industry delay/ticket validation sources (including eTVD); (ii) payments via RDG's payment service provider; (iii) print/mail fulfilment (Lot 3); and (iv) retailer-facing APIs routed via the RDG-managed gateway. The solution should also support future integration with a Phase 2 Processing Centre capability (e.g., work queues, exception workflows and operational MI).

Renewal: Contract term extensions at option of contracting authority.

Electronic Ticket Validation (eTDV) Service

Provide an electronic Ticket Validation Database (eTVD) capability enabling the core Delay Repay platform to validate eTicket usage and support controls against duplicate or invalid claims. Scope is expected to include: querying ticket scan/validation events; checking for refund events; and receiving updates from the core platform to set eTVD status flags (e.g., "claim in progress" and "claim paid"). Where available the capability should also support validation of eTicket. The requirement and scope is to include querying and creating "Scan Action" events for things such as ticket use, ticket blocking and ticket refunds plus creating audit events for Delay Repay claims. The solution will need to be compliant with existing RDG industry standards and to be fully compatible with other eTVDs that are used by retailers and operators. The eTVD may also be used by RDG for other applicable rail industry purposes. The solution is expected to provide API-based query and update interfaces and to support investigation and exception handling via the core platform for service operations.

Renewal: Contract term extensions at option of contracting authority.

Provision of Voucher, Warrants and Printing Management and associated Payment Services

Provide a secure managed print and postal fulfilment service for letters and rail travel vouchers issued by the Delay Repay service. Scope is expected to include: receiving print files from the core platform; printing letters/vouchers; inserting into envelopes (including agreed inserts); sorting outbound post and handover to the postal system; handling returned mail ("return to sender"); and reconciling print runs including spoil handling and reprints, with operational reporting. The service should provide status updates (including returns/reprints) and audit reporting back to the core platform to support operational exception handling and future Phase 2 service operations. In addition to this will be the requirement for the provision and management of a rail warrants service, rail travel vouchers and BACS payments for compensation where required and associated services. The service should provide status updates (including returns/reprints) and audit reporting back to the core platform to support operational exception handling and future Phase 2 service operations. In addition to this will be the requirement for the provision and management of a rail warrants service, rail travel vouchers and BACS payments for compensation where required and associated services.

Renewal: Contract term extensions at option of contracting authority.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0671f5
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/026489-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK3 - Planned Procurement Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

72222300 - Information technology services

72260000 - Software-related services

72262000 - Software development services

79800000 - Printing and related services

Notice Value(s)

Tender Value
£21,194,340 £10M-£100M
Lots Value
£21,194,340 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Mar 20261 weeks ago
Submission Deadline
15 May 20262 months to go
Future Notice Date
20 Apr 20263 weeks to go
Award Date
Not specified
Contract Period
30 Sep 2026 - 30 Sep 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
RAIL SETTLEMENT PLAN LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-0671f5-2026-03-23T17:04:33Z",
    "date": "2026-03-23T17:04:33Z",
    "ocid": "ocds-h6vhtk-0671f5",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "026489-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/026489-2026",
                "datePublished": "2026-03-23T17:04:33Z",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-COH-08176197",
            "name": "Rail Settlement Plan Limited",
            "identifier": {
                "scheme": "GB-COH",
                "id": "08176197"
            },
            "address": {
                "streetAddress": "First Floor North, Puddle Dock",
                "locality": "London",
                "postalCode": "EC4V 3DS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "email": "mark.earey@raildeliverygroup.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-08176197",
        "name": "Rail Settlement Plan Limited"
    },
    "tender": {
        "id": "ocds-h6vhtk-0671f5",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Consolidated Delay Repay Service and Related Services",
        "description": "Rail Delivery Group (RDG) acting in conjunction with Network Rail's Fares Ticketing and Retailing Programme intends to procure the Phase 1 supplier set for a consolidated Great Britain Delay Repay service, aligned to the wider Great British Railways (GBR) implementation. RDG is expected to lead delivery and operation of the interim national capability prior to GBR go-live; solutions should therefore be connectable and portable to the evolving train operating company (TOC) / GBR technology stack and operating processes, with clear interfaces and practical transition support. Phase 1 is expected to be structured into lots covering: (1) core Delay Repay platform and lead systems integration; (2) electronic Ticket Validation Database capability (eTVD); and potentially (3) print and postal fulfilment for letters/rail travel vouchers. RDG anticipates subsequent procurement, later including Pay As You Go (PAYG) scheme integration; Phase 1 solutions should support future operational hand-offs (e.g., exception queues and operational MI). Scope and sequencing are indicative and may be refined prior to tender RDG may consider carrying out Lot 3 by way of alternative methods including use of the Crown Commercial Framework or GCloud process in which case this procurement would consist of Lots 1 and 2. Details of this will be available in the Tender Notice to be published later. The total spend values stated in this notice are based on estimated levels of capacity and throughput needed as at the date of this notice for the full contract duration including all term extensions exercised.",
        "status": "planned",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72262000",
                        "description": "Software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72222300",
                        "description": "Information technology services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72262000",
                        "description": "Software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72222300",
                        "description": "Information technology services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79800000",
                        "description": "Printing and related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "value": {
            "amountGross": 25433208,
            "amount": 21194340,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "mainProcurementCategory": "services",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "All tender documentation and submissions of tenders to be through the RDG Jaggaer Portal details of which will be provided in the Tender Notice.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-05-22T16:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2026-05-15T16:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-07-24T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "title": "Consolidated Delay Repay Service Core Technical Solution",
                "description": "Provide, configure/build, host and support the core Delay Repay service, including the customer-facing website and back-office operations portal, delivering end-to-end claim submission, tracking, decisioning and case management. Scope is expected to include digital claims (including \"one-click\" where applicable), paper form ingestion via OCR into the digital case record, transactional communications, interim rules-based fraud checks and rule/parameter maintenance, and service reporting/MI. The Lot 1 supplier is expected to act as lead systems integrator, delivering and/or coordinating interfaces with: (i) industry delay/ticket validation sources (including eTVD); (ii) payments to claimants through RDG's Payment Service Provider; (iii) and provision of claimant information to RDG's print/mail fulfilment supplier for compensation made by post; and (iv) retailer-facing APIs routed via the RDG-managed gateway. The solution should also support future integration with a Phase 2 Processing Centre capability (e.g., work The Lot 1 supplier is expected to act as lead systems integrator, delivering and/or coordinating interfaces with: (i) industry delay/ticket validation sources (including eTVD); (ii) payments via RDG's payment service provider; (iii) print/mail fulfilment (Lot 3); and (iv) retailer-facing APIs routed via the RDG-managed gateway. The solution should also support future integration with a Phase 2 Processing Centre capability (e.g., work queues, exception workflows and operational MI).",
                "status": "planned",
                "value": {
                    "amountGross": 15300000,
                    "amount": 12750000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "The exact breakdown for the criterion will be in the tender documents.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Pricing/Commercial",
                            "description": "The exact breakdown for the criterion will be in the tender documents.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Top four scoring responses received at the COP stage as defined in tender evaluation documentation issued at begining of COP stage.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-10-01T00:00:00+01:00",
                    "endDate": "2031-09-30T23:59:59+01:00",
                    "maxExtentDate": "2036-09-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Contract term extensions at option of contracting authority."
                }
            },
            {
                "id": "2",
                "title": "Electronic Ticket Validation (eTDV) Service",
                "description": "Provide an electronic Ticket Validation Database (eTVD) capability enabling the core Delay Repay platform to validate eTicket usage and support controls against duplicate or invalid claims. Scope is expected to include: querying ticket scan/validation events; checking for refund events; and receiving updates from the core platform to set eTVD status flags (e.g., \"claim in progress\" and \"claim paid\"). Where available the capability should also support validation of eTicket. The requirement and scope is to include querying and creating \"Scan Action\" events for things such as ticket use, ticket blocking and ticket refunds plus creating audit events for Delay Repay claims. The solution will need to be compliant with existing RDG industry standards and to be fully compatible with other eTVDs that are used by retailers and operators. The eTVD may also be used by RDG for other applicable rail industry purposes. The solution is expected to provide API-based query and update interfaces and to support investigation and exception handling via the core platform for service operations.",
                "status": "planned",
                "value": {
                    "amountGross": 864000,
                    "amount": 720000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "The exact breakdown for the criterion will be in the tender documents.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Pricing/Commercial",
                            "description": "The exact breakdown for the criterion will be in the tender documents.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Top four scoring responses received at the COP stage as defined in tender evaluation documentation issued at begining of COP stage.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-10-01T00:00:00+01:00",
                    "endDate": "2031-09-30T23:59:59+01:00",
                    "maxExtentDate": "2036-09-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Contract term extensions at option of contracting authority."
                }
            },
            {
                "id": "3",
                "title": "Provision of Voucher, Warrants and Printing Management and associated Payment Services",
                "description": "Provide a secure managed print and postal fulfilment service for letters and rail travel vouchers issued by the Delay Repay service. Scope is expected to include: receiving print files from the core platform; printing letters/vouchers; inserting into envelopes (including agreed inserts); sorting outbound post and handover to the postal system; handling returned mail (\"return to sender\"); and reconciling print runs including spoil handling and reprints, with operational reporting. The service should provide status updates (including returns/reprints) and audit reporting back to the core platform to support operational exception handling and future Phase 2 service operations. In addition to this will be the requirement for the provision and management of a rail warrants service, rail travel vouchers and BACS payments for compensation where required and associated services. The service should provide status updates (including returns/reprints) and audit reporting back to the core platform to support operational exception handling and future Phase 2 service operations. In addition to this will be the requirement for the provision and management of a rail warrants service, rail travel vouchers and BACS payments for compensation where required and associated services.",
                "status": "planned",
                "value": {
                    "amountGross": 9269208,
                    "amount": 7724340,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "The exact breakdown for the criterion will be in the tender documents.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Pricing/Commercial",
                            "description": "The exact breakdown for the criterion will be in the tender documents.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Top four scoring responses received at the COP stage as defined in tender evaluation documentation issued at begining of COP stage.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-10-01T00:00:00+01:00",
                    "endDate": "2031-09-30T23:59:59+01:00",
                    "maxExtentDate": "2036-09-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Contract term extensions at option of contracting authority."
                }
            }
        ],
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 2,
            "awardCriteriaDetails": "Lots 1 and 2 may be both awarded to the same bidder but these will be subject to separate contracts."
        },
        "documents": [
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "All tender documents to be made available through the RDG Jaggaer Procurement Portal on publication of the Tender Notice."
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-04-20T23:59:59+01:00"
        }
    },
    "language": "en"
}