Tender

Claims Handling and Litigation Services

NETWORK RAIL INFRASTRUCTURE LIMITED

This public procurement record has 2 releases in its history.

TenderUpdate

03 Apr 2025 at 14:19

Tender

01 Apr 2025 at 16:10

Summary of the contracting process

Network Rail Infrastructure Limited is inviting bids for the provision of Claims Handling and Litigation Services. This procurement is classified under the services category and focuses on insurance claims adjustment. The procurement stage is currently at the tender update stage. The deadline for expression of interest is 28th April 2025, with an enquiry period ending on 17th April 2025. The contract period is set to begin on 1st January 2026 and last until 31st December 2028, with possible extensions for up to two 12-month periods. The total estimated value of the contract is £9,000,000 GBP.

This tender presents significant opportunities for businesses specialising in insurance claims adjustment, particularly those with experience in the rail sector. These services include claims administration, compliance with statutory limitations, litigation support, digital claims management, and regular performance reporting. Participants are required to pass a Procurement Specific Questionnaire (PSQ) and will be evaluated based on technical and commercial criteria, with the highest scoring tenderer being awarded the contract. Enterprises with strong expertise in claims handling, a sound financial health score, relevant insurances, and a commitment to social value initiatives will be well-suited to compete. This contract offers substantial growth potential due to its high value and scope within Network Rail, one of the largest landowners in the UK.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Claims Handling and Litigation Services

Notice Description

Network Rail (NR) has a requirement to re-tender the contract for the Claims Handling and Litigation Services, which covers the following areas: i. Claims administration (logging, portal management, investigation, liability assessment, resolution). ii. Compliance with Statutory Limitation periods and legal timeframes. iii. Litigation support for complex claims. iv. Digital claims management and data analytics. v. Regular performance reporting and audits. Further details are set out in Appendix E - Specification.

Lot Information

Lot 1

Renewal: Extension is two 12 month period (1+1 years).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04fba1
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/012870-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

66 - Financial and insurance services


CPV Codes

66518300 - Insurance claims adjustment services

Notice Value(s)

Tender Value
£7,500,000 £1M-£10M
Lots Value
£7,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Apr 202510 months ago
Submission Deadline
17 Apr 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Jan 2026 - 31 Dec 2028 3-4 years
Recurrence
2029-12-31

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NETWORK RAIL INFRASTRUCTURE LIMITED
Contact Name
Amerjeet Kaur
Contact Email
amerjeet.kaur@networkrail.co.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SE1 8SW
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)
TLI45 Lambeth
Delivery Location
Not specified

Local Authority
Lambeth
Electoral Ward
Waterloo & South Bank
Westminster Constituency
Vauxhall and Camberwell Green

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-04fba1-2025-04-03T15:19:55+01:00",
    "date": "2025-04-03T15:19:55+01:00",
    "ocid": "ocds-h6vhtk-04fba1",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PNZN-9524-VCQJ",
            "name": "NETWORK RAIL INFRASTRUCTURE LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNZN-9524-VCQJ"
            },
            "address": {
                "streetAddress": "Waterloo General Office",
                "locality": "London",
                "postalCode": "SE1 8SW",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI45"
            },
            "contactPoint": {
                "name": "Amerjeet Kaur",
                "email": "Amerjeet.kaur@networkrail.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.networkrail.co.uk/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PNZN-9524-VCQJ",
        "name": "NETWORK RAIL INFRASTRUCTURE LIMITED"
    },
    "tender": {
        "id": "Project_41724",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Claims Handling and Litigation Services",
        "description": "Network Rail (NR) has a requirement to re-tender the contract for the Claims Handling and Litigation Services, which covers the following areas: i. Claims administration (logging, portal management, investigation, liability assessment, resolution). ii. Compliance with Statutory Limitation periods and legal timeframes. iii. Litigation support for complex claims. iv. Digital claims management and data analytics. v. Regular performance reporting and audits. Further details are set out in Appendix E - Specification.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "66518300",
                        "description": "Insurance claims adjustment services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 9000000,
            "amount": 7500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "There will be a PSQ - Procurement Specific Questionnaire for all Participants. All Participants are required to meet the following requirements in order to be invited to the Invitation to Tender (ITT) stage: 1. Pass all pass/fail questions, 2. Not be on the debarment list 3. Meet all minimum score requirements set wihtin the PSQ (such as participants achieving a score 25% out of 40% or above for question 1 only (Contract Evidence). Tenderers who are invited to the ITT stage will have their bid evaluated on the basis of a 75% Technical and 25% Commercial crtieria. The highest scoring Tenderer will be awarded the contract. All Participants are required to review the all tender documents for full details."
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "coveredBy": [
            "GPA",
            "CPTPP"
        ],
        "techniques": {
            "hasElectronicAuction": true
        },
        "submissionMethodDetails": "Requests to participate must be submitted via: https://networkrail.bravosolution.co.uk/web/login.html",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-04-28T13:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-04-17T17:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-09-26T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 9000000,
                    "amount": 7500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Q1 - Service Team - Experience and Approach",
                            "description": "Please can your organisation provide an overview of the team responsible for delivering the scope of services as specified in Appendix E - Specification. In your response should include a methodology and approach statement for this delivery.",
                            "numbers": [
                                {
                                    "number": 22.5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Q2 - Rail Sector Claims Experience and Expertise",
                            "description": "Please can your organisation demonstrate its experience and understanding of the UK rail sector, with particular emphasis on legal liability claims handling. The response must detail the specific strategies that would be utilised in handling claims in the rail sector given the scope of services.",
                            "numbers": [
                                {
                                    "number": 20.25,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Q3 - Mobilisation",
                            "description": "Given there is no transfer of existing files as part of the contract, the successful Tenderer will need to be able to action new claims notifications from the first day of the contract. Please can your organisation outline the considerations and activities required to mobilise the provision of services to Network Rail.",
                            "numbers": [
                                {
                                    "number": 3.98,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Q4 - Conflict of Interest Management",
                            "description": "Network Rail is one of the largest landowners in the UK and operates railway assets across 20,000 miles of track. Therefore, it is distinctly possible that the successful supplier may experience conflict of interest scenarios that need to be presented to Network Rail. Please can your organisation outline how you will deal with conflicts of interest scenarios as they emerge.",
                            "numbers": [
                                {
                                    "number": 3.98,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Q5 - Knowledge Management and Staff Turnover",
                            "description": "Please can your organisation describe and explain how your business will retain knowledge and expertise of Network Rail for the duration of the contract appointment.",
                            "numbers": [
                                {
                                    "number": 3.97,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Q6 - Additional Value and Innovation",
                            "description": "Please can your organisation outline three (3) additional areas of value and innovation that you believe would provide the most value to Network Rail.",
                            "numbers": [
                                {
                                    "number": 9.82,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "SV1 - Social Value",
                            "description": "Please explain how your organisation will demonstrate any social value / social responsibility initiatives during the life of this contract.",
                            "numbers": [
                                {
                                    "number": 5.25,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "SV1 - Social Value",
                            "description": "Please explain how your organisation will support Network Rail's Social Value Framework and the governments Skills for Life agenda through the delivery of the Specification.",
                            "numbers": [
                                {
                                    "number": 5.25,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Participants will submit pricing/rate card as stated in Appendix F - Commercial Schedule and the rates will then be compared through a proportional vs best methodology,",
                            "numbers": [
                                {
                                    "number": 25,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "1. Supplier Financial Health Score: Supplier Financial Health Model Score\" greater than or equal to 40%. 2. The following insuances in place post contract award: - Employer's (Compulsory) Liability Insurance = PS10m - Public Liability Insurance = PS10m - Professional Indemnity Insurance = PS10m In addition Participants are required to refer to the tender documents."
                        },
                        {
                            "type": "technical",
                            "description": "At the PSQ stage, all participants will be evaluated using the following crtieria for their Technical response which will be scored out of 100%: 1. Contract Evidence (score available 40%) 2. Evidence Approach (score available 20%) 3. Working with External Stakeholders (score available 20%) 4. Public Liability/Vegatation Cases (score available 20%) Note: All Participants must meet all minimum score requirements set wihtin the PSQ (such as participants achieving a score 25% out of 40% or above for question 1 only (Contract Evidence). At the ITT stage, Tenderers will be evaluated using the following criteria for their Technical response which will be scored out of 75%: 1. Service Team - Experience and Approach (score available 22.5%) 2. Rail Sector Claims Experience and Expertise (score available 20.25%) 3. Mobilisation (score available 3.975%) 4. Conflict of Interest Management (score available 3.975%) 5. Knowledge Management and Staff Turnover (score available 3.975%) 6. Additional Value and Innovation (score available 9.825%) 7. Social Value 1 (score available 5.25%) 8. Social Value 2 (score available 5.25%) In addition Participants are required to refer to the tender documents."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-01T00:00:00+00:00",
                    "endDate": "2028-12-31T23:59:59+00:00",
                    "maxExtentDate": "2030-12-31T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Extension is two 12 month period (1+1 years)."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "012375-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/012375-2025",
                "datePublished": "2025-04-01T17:10:50+01:00",
                "format": "text/html"
            },
            {
                "id": "012870-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/012870-2025",
                "datePublished": "2025-04-03T15:19:55+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2029-12-31T23:59:59+00:00"
                }
            ]
        }
    },
    "language": "en"
}