Planning

Captive Insurance Management Services

NETWORK RAIL INFRASTRUCTURE LIMITED

This public procurement record has 2 releases in its history.

PlanningUpdate

24 Nov 2025 at 14:38

Planning

24 Nov 2025 at 13:06

Summary of the contracting process

Network Rail Infrastructure Limited is preparing for the procurement of Captive Insurance Management Services, based in Guernsey, within the insurance services industry category. The process is currently at the planning stage, as of late November 2025, and involves a Preliminary Market Engagement to assess market capabilities. Interested suppliers must submit an Expression of Interest by 10 December 2025. The procurement is expected to formally commence in February 2026, with contract operations anticipated to begin on 1 October 2026 and run until 30 September 2030, with potential for a one-year extension. The services required include finance, insurance underwriting, claims handling, company governance, and more, aligned with regulatory standards.

This tender presents significant growth opportunities for businesses with expertise in captive management services, particularly those skilled in financial services, insurance underwriting, and regulatory compliance. It offers a robust engagement platform for SMEs, as they are deemed suitable for this procurement. Companies with a track record in managing complex insurance arrangements and those proficient in financial crime prevention and data protection would be well-positioned to compete. This initiative is governed by the Procurement Act 2023, ensuring a structured competitive process that encourages efficiency and cost control, thereby fostering innovation and value for money.

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

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.

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

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

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-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"
}