Section one: Contracting authority
one.1) Name and addresses
Network Rail Infrastructure Ltd
Waterloo General Offices
London
SE1 8SW
Contact
Amerjeet K Kaur
Amerjeet.Kaur@networkrail.co.uk
Telephone
+44 1908781000
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://networkrail.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://networkrail.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://networkrail.bravosolution.co.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Claims Handling & Litigation Services
two.1.2) Main CPV code
- 66518300 - Insurance claims adjustment services
two.1.3) Type of contract
Services
two.1.4) Short description
Introduction/Description
This Prior Information Notice (PIN) is issued to inform potential suppliers of the forthcoming procurement for Claims Handling and Litigation Services. The purpose is to give early notification and engage with the market prior to the formal procurement process.
Network Rail is striving to deliver a simpler, better, greener railway, as the industry transitions towards GBR (Great British Railways).
Network Rail require a one-stop shop whereby both claims handling and litigation services are provided, however, the tendered model could involve a provider who can provide both claims handling and litigation services (firm of solicitors), or alternatively a TPA (third party administrator) dealing with the claims handling, teaming up with a provider of litigation services.
The Scope of Services
Network Rail operates a devolved model whereby the organisation is divided into 5 regions – Wales & Western, Southern, North-western Central, Scotland and Eastern. However, the tender will not be split into lots for each region, therefore the successful tenderer will need to be able to provide national coverage, as the contract award will go to just a single tenderer, with there being no panel structure in place.
The services will cover:
· Claims management for insurance and non-insurance claims
· Litigation services, including pre-litigation investigations, dispute resolution and representation
· Legal advisory services related to claims
· Administrative support and reporting associated with claims handling
The anticipated services will include (but not limited to):
· Public Liability claims,
· Property Owners Liability claims; and
· Employers Liability claims
· third-party property damage claims
· personal injury claims
· first-party property damage recoveries
· litigation services
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 66518300 - Insurance claims adjustment services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Introduction/Description
This Prior Information Notice (PIN) is issued to inform potential suppliers of the forthcoming procurement for Claims Handling and Litigation Services. The purpose is to give early notification and engage with the market prior to the formal procurement process.
Network Rail is striving to deliver a simpler, better, greener railway, as the industry transitions towards GBR (Great British Railways).
Network Rail require a one-stop shop whereby both claims handling and litigation services are provided, however, the tendered model could involve a provider who can provide both claims handling and litigation services (firm of solicitors), or alternatively a TPA (third party administrator) dealing with the claims handling, teaming up with a provider of litigation services.
The Scope of Services
Network Rail operates a devolved model whereby the organisation is divided into 5 regions – Wales & Western, Southern, North-western Central, Scotland and Eastern. However, the tender will not be split into lots for each region, therefore the successful tenderer will need to be able to provide national coverage, as the contract award will go to just a single tenderer, with there being no panel structure in place.
The services will cover:
· Claims management for insurance and non-insurance claims
· Litigation services, including pre-litigation investigations, dispute resolution and representation
· Legal advisory services related to claims
· Administrative support and reporting associated with claims handling
The anticipated services will include (but not limited to):
· Public Liability claims,
· Property Owners Liability claims; and
· Employers Liability claims
· third-party property damage claims
· personal injury claims
· first-party property damage recoveries
· litigation services
Additional Information
The Procurement process is expected to commence in early March 2025 (estimated). This PIN 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 below:
Interested suppliers are required to express an interest for the Expression of Interest (EOI) by the 10 January 2025. Further details will be published in due course.
This PIN 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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The services will be renewed if the extension provision within the contract is not utilised, otherwise the contract will be renewed after any extension provisions have expired.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Conditions will be stated within the tender documents when the tender is live.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Contract performance conditions will be stated within the tender documents when the tender is live.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 January 2025
Local time
11:30pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
31 March 2025
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Network Rail Infrastructure Limited
Waterloo General Office
London
SE1 8SW
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court
The Strand
London
WCA 2LL
Country
United Kingdom