Tender

Insurance Broker Services

HS1 LTD (T/A LONDON ST. PANCRAS HIGHSPEED)

This public procurement record has 2 releases in its history.

TenderUpdate

09 Apr 2026 at 13:15

Tender

20 Mar 2026 at 15:00

Summary of the contracting process

HS1 Ltd, operating under the trade name London St. Pancras Highspeed, seeks to appoint an Insurance Broker to handle a range of insurance policies as mandated by its Concession Agreement with the Department for Transport (DfT). The procurement is currently in the tender update stage with key deadlines including an enquiry period ending on 4th May 2026 and a tender submission deadline of 15th May 2026. The contract, valued at an estimated £51 million, will commence in July 2026 for a tenure of five years, with possible annual extensions for up to three additional years. The procurement method utilized is an open competitive flexible procedure, targeting the services industry with relevance to insurance brokerage and agency services, primarily operating in the United Kingdom.

This tender presents substantial opportunities for growth within the insurance sector, particularly attracting businesses that specialise in brokerage services for utilities. Companies that exhibit strong expertise in risk management and efficiency in delivering cost-effective insurance solutions will be well-positioned to compete. Given the specific requirements to manage insurance policies integral to operational safety and regulatory compliance, firms that possess an established track record in handling large-scale public contracts, particularly for railways, will find this tender well-suited to their profile. Competitive pricing combined with demonstrable quality service provision will be crucial elements influencing the successful outcomes in this procurement process.

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

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-06708b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/032441-2026
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
£45,535,714 £10M-£100M
Lots Value
£45,535,714 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Apr 20261 months ago
Submission Deadline
15 May 2026Today
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

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

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-06708b-2026-04-09T14:15:33+01:00",
    "date": "2026-04-09T14:15:33+01:00",
    "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"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "LOT-0000"
            }
        ],
        "value": {
            "amountGross": 51000000,
            "amount": 45535714,
            "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": 51000000,
                    "amount": 45535714,
                    "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"
                                }
                            ]
                        },
                        {
                            "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."
                        },
                        {
                            "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"
            },
            {
                "id": "032441-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/032441-2026",
                "datePublished": "2026-04-09T14:15:33+01:00",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "032441-2026",
                "description": "the original estimated prices were incorrect as they were based on incorrect actual spend data for the year 2025-26."
            }
        ]
    },
    "language": "en"
}