Notice Information
Notice Title
Captive Insurance Management Services
Notice Description
The captive requires a specialist Captive Manager for the provision of services to operate and fully manage the company on a cost effective, and regulatory compliant basis. The required services broadly cover: I. Finance II. Insurance Underwriting (including direct writes and complex reinsurance arrangements) III. Insurance Claims Handling (on a limited basis for Benefit Disablement policies) IV. Company Governance (including accounting aligned to IFRS17 standards) V. Administration VI. Financial Crime VII. Data Protection VIII. Company Secretarial
Planning Information
Network Rail is conducting a Preliminary Market Engagement activity to assess the markets capability and appetite to deliver captive management services for the Network Rail Insurance Ltd (The Captive), our wholly owned subsidiary company regulated in Guernsey, and Tax domiciled in the UK. Indicative Scope of Services. The captive requires a specialist Captive Manager for the provision of services to operate and fully manage the company on a cost effective, and regulatory compliant basis. The required services broadly cover: I. Finance II. Insurance Underwriting (including direct writes and complex reinsurance arrangements) III. Insurance Claims Handling (on a limited basis for Benefit Disablement policies) IV. Company Governance (including accounting aligned to IFRS17 standards) V. Administration VI. Financial Crime VII. Data Protection VIII. Company Secretarial We request your comprehensive feedback on the following questions which can be accessed via the following link: https://forms.office.com/Pages/ResponsePage.aspx?id=4cMswn9dTU--A9WhWMyUCWxW-vQrfhVCsEtb2F2HVmpUOFFHR1g5OVVZOEg5U0ROTjMwWkdLNTlJQS4u which aim to drive better outcomes (performance, risk management, compliance) and value for money (efficiency, cost control, innovation) for this critical service that is required to be based in Guernsey. Procurement Approach The Procurement process is expected to commence in early February 2026 (estimated). This PME is for information purposes only; no tender documents are available at this stage. Interested suppliers are encouraged to express their interest for the forthcoming tender via the link: https://forms.office.com/Pages/ResponsePage.aspx?id=4cMswn9dTU--A9WhWMyUCWxW-vQrfhVCsEtb2F2HVmpUOFFHR1g5OVVZOEg5U0ROTjMwWkdLNTlJQS4u Suppliers interested and wishing to participate in the forcoming tender are required to submit an Expression of Interest (EOI) no later than 10 December 2025. Please note that any supplier failing to respond by this date may, at the discretion of Network Rail, be excluded from the tender process. Further details will be provided in due course This PME does not constitute a call for competition. Any procurement process will be published via Network Rail’s e-tendering portal Bravosolutions. Interested suppliers are encouraged to register on the Bravosolutions portal in order to access the tender when it is live. The intent is to inform a potential future procurement exercise, which will be conducted in accordance with the Procurement Act 2023 (PA23). Estimated Contract Duration The Initial Term of this Agreement shall be four (4) years commencing on 01 October 2026 and ending on 31 September 2030. Extension: The Agreement may be extended for one (1) additional year upon mutual written agreement by both parties, subject to the same terms and conditions unless otherwise agreed in writing.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05e75f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/076527-2025
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- UK2 - Preliminary Market Engagement Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
66 - Financial and insurance services
-
- CPV Codes
66510000 - Insurance services
Notice Value(s)
- Tender Value
- £1,750,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 24 Nov 20253 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- 9 Feb 2026Expired
- Award Date
- Not specified
- Contract Period
- 30 Sep 2026 - 30 Sep 2030 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planning
- Lots Status
- Planning
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NETWORK RAIL INFRASTRUCTURE 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
- 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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/076527-2025
24th November 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/076458-2025
24th November 2025 - Preliminary market engagement 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-05e75f-2025-11-24T14:38:51Z",
"date": "2025-11-24T14:38:51Z",
"ocid": "ocds-h6vhtk-05e75f",
"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": {
"email": "amerjeet.kaur@networkrail.com"
},
"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"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Network Rail is conducting a Preliminary Market Engagement activity to assess the markets capability and appetite to deliver captive management services for the Network Rail Insurance Ltd (The Captive), our wholly owned subsidiary company regulated in Guernsey, and Tax domiciled in the UK. Indicative Scope of Services. The captive requires a specialist Captive Manager for the provision of services to operate and fully manage the company on a cost effective, and regulatory compliant basis. The required services broadly cover: I. Finance II. Insurance Underwriting (including direct writes and complex reinsurance arrangements) III. Insurance Claims Handling (on a limited basis for Benefit Disablement policies) IV. Company Governance (including accounting aligned to IFRS17 standards) V. Administration VI. Financial Crime VII. Data Protection VIII. Company Secretarial We request your comprehensive feedback on the following questions which can be accessed via the following link: https://forms.office.com/Pages/ResponsePage.aspx?id=4cMswn9dTU--A9WhWMyUCWxW-vQrfhVCsEtb2F2HVmpUOFFHR1g5OVVZOEg5U0ROTjMwWkdLNTlJQS4u which aim to drive better outcomes (performance, risk management, compliance) and value for money (efficiency, cost control, innovation) for this critical service that is required to be based in Guernsey. Procurement Approach The Procurement process is expected to commence in early February 2026 (estimated). This PME is for information purposes only; no tender documents are available at this stage. Interested suppliers are encouraged to express their interest for the forthcoming tender via the link: https://forms.office.com/Pages/ResponsePage.aspx?id=4cMswn9dTU--A9WhWMyUCWxW-vQrfhVCsEtb2F2HVmpUOFFHR1g5OVVZOEg5U0ROTjMwWkdLNTlJQS4u Suppliers interested and wishing to participate in the forcoming tender are required to submit an Expression of Interest (EOI) no later than 10 December 2025. Please note that any supplier failing to respond by this date may, at the discretion of Network Rail, be excluded from the tender process. Further details will be provided in due course This PME does not constitute a call for competition. Any procurement process will be published via Network Rail's e-tendering portal Bravosolutions. Interested suppliers are encouraged to register on the Bravosolutions portal in order to access the tender when it is live. The intent is to inform a potential future procurement exercise, which will be conducted in accordance with the Procurement Act 2023 (PA23). Estimated Contract Duration The Initial Term of this Agreement shall be four (4) years commencing on 01 October 2026 and ending on 31 September 2030. Extension: The Agreement may be extended for one (1) additional year upon mutual written agreement by both parties, subject to the same terms and conditions unless otherwise agreed in writing.",
"dueDate": "2025-12-10T23:59:59+00:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "076458-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/076458-2025",
"datePublished": "2025-11-24T13:06:29Z",
"format": "text/html"
},
{
"id": "076527-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/076527-2025",
"datePublished": "2025-11-24T14:38:51Z",
"format": "text/html"
}
]
},
"tender": {
"id": "ocds-h6vhtk-05e75f",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Captive Insurance Management Services",
"description": "The captive requires a specialist Captive Manager for the provision of services to operate and fully manage the company on a cost effective, and regulatory compliant basis. The required services broadly cover: I. Finance II. Insurance Underwriting (including direct writes and complex reinsurance arrangements) III. Insurance Claims Handling (on a limited basis for Benefit Disablement policies) IV. Company Governance (including accounting aligned to IFRS17 standards) V. Administration VI. Financial Crime VII. Data Protection VIII. Company Secretarial",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "66510000",
"description": "Insurance services"
}
],
"deliveryAddresses": [
{
"region": "GG",
"country": "GG",
"countryName": "Guernsey"
},
{
"region": "GG",
"country": "GG",
"countryName": "Guernsey"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 2100000,
"amount": 1750000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"specialRegime": [
"utilities"
],
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-10-01T00:00:00+01:00",
"endDate": "2030-09-30T23:59:59+01:00",
"maxExtentDate": "2031-09-30T23:59:59+01:00"
},
"hasRenewal": true,
"status": "planning"
}
],
"communication": {
"futureNoticeDate": "2026-02-09T23:59:59+00:00"
},
"status": "planning"
},
"language": "en"
}