Notice Information
Notice Title
Insurance Broker Services
Notice Description
Under its Concession Agreement with the DfT, London St. Pancras Highspeed (LSPH) is required to source a range of insurance policies. These policies must provide levels of cover which are specified in Schedule 5 (pages 150 - 157) of the Concession Agreement, which is available on LSPH's website at https://stpancras-highspeed.com/our-company/regulatory/regulatory-docs/ (click on 'Download' button in the Concession Agreement section). LSPH is seeking to appoint an Insurance Broker to deliver its obligations at optimal cost, whilst minimising risk to LSPH. LSPH will be replacing its current Insurance Broker Services contract in July 2026. The contract will be for 5 years with an option to extend up to 3 more years, to deliver the services, to be defined in more detail in the ITT stage of this procurement - for those suppliers that are successful in the initial PSQ stage. The successful tenderer will ensure that all the required policies are placed for the initial annual insurance renewal date, which is 14th November 2026, and subsequent years thereafter. This date is non-negotiable and we will need a notification to go to the DfT one month prior, on progress and expected placements. If any tenderer feels that this could not be achieved, they must raise this as soon as possible in the process (using the messaging facility on the procurement portal). This PSQ is being issued by LSPH in connection with a Competitive Flexible procedure in accordance with the Procurement Act 2023. Please review the introduction, process details, and instruction for participation in Attachment 1, provided as an attachment to this PSQ (Procurement Specific Questionnaire) - see link provided to our e-sender's portal, in the 'Submission' section.
Lot Information
Lot LOT-0000
Options: Option to extend by up to 3 additional years, making a maximum term of 8 years. The total value (estimated), stated above, is based on the maximum term (including allowable extensions) of 8 years - and includes the broker fee and all insurances placed on behalf of LSPH, by the successful, selected broker that is awarded the contract. Please note that the stated 'Value (inc. VAT)' as actually the estimated value including IPT (Insurance Premium Tax) at 12%, not VAT.
Renewal: Possible annual extensions - up to a maximum of 3 additional years, making the maximum possible total term equal 8 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-06708b
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/025862-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
66 - Financial and insurance services
-
- CPV Codes
66514130 - Railway insurance services
66518000 - Insurance brokerage and agency services
66518100 - Insurance brokerage services
Notice Value(s)
- Tender Value
- £53,571,428 £10M-£100M
- Lots Value
- £53,571,428 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Mar 20262 days ago
- Submission Deadline
- 15 May 20262 months to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 1 Jul 2026 - 30 Jun 2031 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HS1 LTD (T/A LONDON ST. PANCRAS HIGHSPEED)
- 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
- N1 9AG
- Post Town
- North London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI43 Haringey and Islington
- Delivery Location
- Not specified
-
- Local Authority
- Islington
- Electoral Ward
- Caledonian
- Westminster Constituency
- Islington South and Finsbury
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/025862-2026
20th March 2026 - Tender 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-06708b-2026-03-20T15:00:28Z",
"date": "2026-03-20T15:00:28Z",
"ocid": "ocds-h6vhtk-06708b",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PHRY-2121-WLBT",
"name": "HS1 Ltd (t/a London St. Pancras Highspeed)",
"identifier": {
"scheme": "GB-PPON",
"id": "PHRY-2121-WLBT"
},
"address": {
"streetAddress": "5th floor, Kings Place, 90 York Way",
"locality": "London",
"postalCode": "N1 9AG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI43"
},
"contactPoint": {
"name": "Procurement Six",
"email": "procurement@highspeed1.co.uk",
"telephone": "+44 2070142700"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.stpancras-highspeed.com",
"classifications": [
{
"id": "privateUtility",
"scheme": "UK_CA_TYPE",
"description": "Private utility"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PHRY-2121-WLBT",
"name": "HS1 Ltd (t/a London St. Pancras Highspeed)"
},
"tender": {
"id": "2025-12",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Insurance Broker Services",
"description": "Under its Concession Agreement with the DfT, London St. Pancras Highspeed (LSPH) is required to source a range of insurance policies. These policies must provide levels of cover which are specified in Schedule 5 (pages 150 - 157) of the Concession Agreement, which is available on LSPH's website at https://stpancras-highspeed.com/our-company/regulatory/regulatory-docs/ (click on 'Download' button in the Concession Agreement section). LSPH is seeking to appoint an Insurance Broker to deliver its obligations at optimal cost, whilst minimising risk to LSPH. LSPH will be replacing its current Insurance Broker Services contract in July 2026. The contract will be for 5 years with an option to extend up to 3 more years, to deliver the services, to be defined in more detail in the ITT stage of this procurement - for those suppliers that are successful in the initial PSQ stage. The successful tenderer will ensure that all the required policies are placed for the initial annual insurance renewal date, which is 14th November 2026, and subsequent years thereafter. This date is non-negotiable and we will need a notification to go to the DfT one month prior, on progress and expected placements. If any tenderer feels that this could not be achieved, they must raise this as soon as possible in the process (using the messaging facility on the procurement portal). This PSQ is being issued by LSPH in connection with a Competitive Flexible procedure in accordance with the Procurement Act 2023. Please review the introduction, process details, and instruction for participation in Attachment 1, provided as an attachment to this PSQ (Procurement Specific Questionnaire) - see link provided to our e-sender's portal, in the 'Submission' section.",
"status": "active",
"items": [
{
"id": "LOT-0000",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "66518100",
"description": "Insurance brokerage services"
},
{
"scheme": "CPV",
"id": "66514130",
"description": "Railway insurance services"
},
{
"scheme": "CPV",
"id": "66518000",
"description": "Insurance brokerage and agency services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "LOT-0000"
}
],
"value": {
"amountGross": 60000000,
"amount": 53571428,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "All communication relating to this procedure will be managed via LSPH's procurement portal. Full process details are in Attachment 1, provided as part of this call for competition. A brief summary is given below: Stage 1 - Call for competition / PSQ - LSPH publish this initial call for competition with a PSQ (Procurement Specific Questionnaire), including conditions of participation. - Interested parties confirm their interest by submitting their completed response to the PSQ by the deadline provided. - LSPH assess all PSQ responses submitted and create a shortlist of up to 5 tenderers to be taken forward to Stage 2 (the ITT). All interested parties will be notified by LSPH as to whether or not they have been successful at this stage. Stage 2 - ITT - ITT issues to the successful shortlisted tenderers from Stage 1 - Tenderers submit any questions / clarifications regarding the tender - LSPH respond to questions / clarifications - Tenderers submit their completed tenders - LSPH assess tender submissions and create a shortlist of 3 tenderers to be invited to proceed to the 'Presentation / Q&A' stage, to be held at LSPH's office in London. - Final post-presentations evaluation carried out by LSPH to select preferred supplier. - Notification of intention to award will be issued by LSPH. Standstill period commences. - Once standstill period ends, contract finalised and executed with successful tenderer. Please note that the 'Enquiry Deadline' stated in the 'Submission' section, refers to questions / clarifications that are submitted in Stage 2 (ITT) by tenderers that make it through to Stage 2 (the ITT), having been shortlisted after Stage 1."
},
"mainProcurementCategory": "services",
"specialRegime": [
"utilities"
],
"aboveThreshold": true,
"submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=103938&TID100109112&B=",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-05-15T16:00:00+00:00"
},
"enquiryPeriod": {
"endDate": "2026-05-04T16:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-06-15T23:59:59+01:00"
},
"lots": [
{
"id": "LOT-0000",
"status": "active",
"value": {
"amountGross": 60000000,
"amount": 53571428,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Stage 2 - ITT Scored questions",
"description": "Questions to be scored will be made available to tenderers that are shortlisted at the end of the Stage 1 PSQ. All questions and their respective weighting will be made available at the ITT stage. for all shortlisted tenderers. Details of the PSQ assessment are stated in the 2 Attachments provided on our e-sender's portal - link provided in the 'Submission' section.",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Stage 2 - ITT Pricing",
"description": "All pricing submissions for year 1 will be compared. The lowest priced will score the full 40%. All other tenderers price will scored as a comparison to the cheapest tenderer's price using the formula: cheapest tenderer's price / tendered price X 40% So for example, if the lowest price, quoted by Supplier A for year 1, is PS5.5m, and supplier B quoted PS5.8m, then Supplier A (the cheapest) will score the full 40%; Supplier B will score 37.9%, calculated as follows: 5.5 / 5.8 X 40% = 37.9%",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Details provided in Attachment 2, provided as an attachment to this call for competition - access via our e-sender's portal. Link provided in 'Submission details' in the 'Submission' section."
},
{
"type": "technical",
"description": "Details provided in Attachment 2, provided as an attachment to this call for competition - access via our e-sender's portal. Link provided in 'Submission details' in the 'Submission' section."
}
]
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00Z",
"endDate": "2031-06-30T23:59:59+01:00",
"maxExtentDate": "2034-06-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Possible annual extensions - up to a maximum of 3 additional years, making the maximum possible total term equal 8 years."
},
"hasOptions": true,
"options": {
"description": "Option to extend by up to 3 additional years, making a maximum term of 8 years. The total value (estimated), stated above, is based on the maximum term (including allowable extensions) of 8 years - and includes the broker fee and all insurances placed on behalf of LSPH, by the successful, selected broker that is awarded the contract. Please note that the stated 'Value (inc. VAT)' as actually the estimated value including IPT (Insurance Premium Tax) at 12%, not VAT."
}
}
],
"documents": [
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "2 attachment provided - available via our e-sender's portal. Link provided in 'Submission details' in the 'Submission' section."
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "025862-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/025862-2026",
"datePublished": "2026-03-20T15:00:28Z",
"format": "text/html"
}
]
},
"language": "en"
}