Planning

Operations processing system (TOPS & POIS)

  • Network Rail Infrastructure Ltd

F01: Prior information notice (prior information only)

Notice identifier: 2024/S 000-026695

Procurement identifier (OCID): ocds-h6vhtk-0492a0

Published 21 August 2024, 2:53pm



Section one: Contracting authority

one.1) Name and addresses

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

Email

Emma.Ditchfield@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.networkrail.co.uk

Buyer's address

https://networkrail.bravosolution.co.uk/

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Operations processing system (TOPS & POIS)

two.1.2) Main CPV code

  • 72212100 - Industry specific software development services

two.1.3) Type of contract

Services

two.1.4) Short description

The TOPS and POIS Replacement Project is required to deliver a solution to replace in-use functionality of the existing application under the adoption of modern technologies, thus avoiding innovation limitation, technical debt, operational risk and extended support agreements for these two mission critical services.

TOPS is a mainframe system procured by British Rail (BR) from Southern Pacific in the early 1970s. It is a complex, command-driven system, originally designed for the management and control of freight vehicles and trains to provide real-time information of the whereabouts, loading, consignee, condition, etc. of freight vehicles. Since the introduction of TOPS to BR, the system has been expanded to handle locomotive activities and information about loco-hauled passenger operations, via a sub-system named POIS. The average freight traffic is currently 500 trains per day but may increase going forward.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 48100000 - Industry specific software package
  • 72222300 - Information technology services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For further information relating to Network Rails requirements and to respond please review the document – “TOPS & POIS Replacement” via the instructions below,

1. Follow the link - https://networkrail.bravosolution.co.uk/web/login.html

2. From the welcome screen, access the “View Current Opportunities” link and select: TOPS & POIS Replacement.

3. Click on the attachment – TOPS & POIS Replacement– RFI Submission

4. Once completed please send your submission document via email as attachment to emma.ditchfield@networkrail.co.uk with the email subject "TOPS & POIS Replacement". The response deadline for this RFI is the 12th September 2024.

5. Any questions or clarifications in respect of this RFI should be addressed to emma.ditchfield@networkrail.co.uk

The purpose of this RFI is to engage with the supply base and request information relating to replacement TOPS & POIS solutions available in the market.

Specifically, this RFI will address the following:

• Identification of existing solutions available in the market:

o These may be singular or multiple solutions, that may cover all or part of the requirements.

• How your system would meet the identified requirements (in the provided Excel workbook).

• The commercial basis of each solution provision, e.g. Software as a Service, traditional licence models.

• Explanation of identified solution architecture flexibility and limitations, including (but not limited to):

o Scalability.

o Compatibility with other technologies.

• Indicative end-to-end solution delivery costs including people and technology, where possible.

• Indicative 5-year post-project annual costs, where possible.

• Indicative 5-year post-project service and maintenance options, where possible.

• High level solution development and implementation plan.

• Identification of value-add capabilities / innovations relevant to this solution that Network Rail may have not considered:

o Separately itemised additional costs of these, where possible.

• Providing awareness to suppliers who are interested in any potential future tender activity relating to this requirement, of the procurement platform that will be used and provision of the steps to complete qualification to that platform (should they not have already done so).

Please note that any content received via response to this RFI will be used purely for information purposes only and will not be deemed as forming part of any proposed bid now, or any potential future tender.

Please note any discussions which do occur will cease immediately should a formal competition ultimately be announced. Network Rail is committed to ensuring fairness, openness and transparency, and to following procurement regulations. The PIN is issued solely for the purpose of conducting pre-procurement market engagement via a request for information and does not constitute any commitment to undertake any procurement in the future. Interested parties will not be prejudiced by any response or failure to respond to the PIN event and a response to this PIN does not guarantee any invitation to participate in this event or any future procurement.

This PIN does not constitute a call for competition to procure any services, supplies or works mentioned in this PIN and Network Rail will not accept any proposals offered in response to this PIN. Network Rail is not liable for any costs, fees, or expenses incurred by any party in replying to or attending any PIN event. Any procurement of any services, supplies or works by Network Rail will be carried out strictly in accordance with the provisions of the Utilities Contracts Regulations 2016.

two.3) Estimated date of publication of contract notice

21 August 2025


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No