Scope
Reference
Project_41724
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.
Total value (estimated)
- £7,500,000 excluding VAT
- £9,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 January 2026 to 31 December 2028
- Possible extension to 31 December 2030
- 5 years
Description of possible extension:
Extension is two 12 month period (1+1 years).
Main procurement category
Services
CPV classifications
- 66518300 - Insurance claims adjustment services
Contract locations
- UK - United Kingdom
Participation
Legal and financial capacity conditions of participation
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 = £10m
- Public Liability Insurance = £10m
- Professional Indemnity Insurance = £10m
In addition Participants are required to refer to the tender documents.
Technical ability conditions of participation
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%)
2. Rail Sector Claims Experience and Expertise (score available 20%)
3. Mobilisation (score available 5%)
4. Conflict of Interest Management (score available 5%)
5. Knowledge Management and Staff Turnover (score available 5%)
6. Additional Value and Innovation (score available 8%)
7. Social Value 1 (score available 5%)
8. Social Value 2 (score available 5%)
In addition Participants are required to refer to the tender documents.
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
19 June 2025, 5:00pm
Submission type
Requests to participate
Deadline for requests to participate
27 June 2025, 1:00pm
Electronic auction will be used
Yes
Submission address and any special instructions
Requests to participate must be submitted via: https://networkrail.bravosolution.co.uk/web/login.html
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
Maximum 5 suppliers
Award decision date (estimated)
26 September 2025
Recurring procurement
Publication date of next tender notice (estimated): 31 December 2029
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Commercial | 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, |
Price | 25% |
Q1 - Service Team - Experience and Approach | 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... |
Quality | 22% |
Q2 - Rail Sector Claims Experience and Expertise | 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... |
Quality | 20% |
Q6 - Additional Value and Innovation | Please can your organisation outline three (3) additional areas of value and innovation that you believe would provide the most value to Network Rail. |
Quality | 8% |
Q3 - Mobilisation | 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... |
Quality | 5% |
Q4 - Conflict of Interest Management | 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... |
Quality | 5% |
Q5 - Knowledge Management and Staff Turnover | 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. |
Quality | 5% |
SV1 - Social Value | Please explain how your organisation will demonstrate any social value / social responsibility initiatives during the life of this contract. |
Quality | 5% |
SV1 - Social Value | 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. |
Quality | 5% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Utilities
Competitive flexible procedure description
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.
Contracting authority
NETWORK RAIL INFRASTRUCTURE LIMITED
- Public Procurement Organisation Number: PNZN-9524-VCQJ
Waterloo General Office
London
SE1 8SW
United Kingdom
Contact name: Amerjeet Kaur
Email: Amerjeet.kaur@networkrail.co.uk
Website: https://www.networkrail.co.uk/
Region: UKI45 - Lambeth
Organisation type: Public authority - central government