Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Insurance and related services to Torus62 Limited

  • First published: 26 March 2025
  • Last modified: 26 March 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04e73c
Published by:
Torus62 Limited
Authority ID:
AA80837
Publication date:
26 March 2025
Deadline date:
14 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Provision of Insurance and related services to Torus62 Limited

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Torus62 Limited

4 Corporation Street, Helena Central, St Helens

Merseyside

WA9 1LD

UK

Contact person: Our Consultant for this Project is Gibbs Laidler Consulting LLP

Telephone: +44 7841632923

E-mail: jeremy.flint@gibbslaidler.co.uk

NUTS: UK

Internet address(es)

Main address: https://www.torus.co.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.delta-esourcing.com/tenders/UK-UK-Merseyside:-Insurance-services./396R9YB627


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.delta-esourcing.com/tenders/UK-UK-Merseyside:-Financial-and-insurance-services./396R9YB627


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Insurance and related services to Torus62 Limited

II.1.2) Main CPV code

66510000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Provision of Insurance and related services to Torus62 Limited

II.1.5) Estimated total value

Value excluding VAT: 30 630 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 7 lots

Maximum number of lots that may be awarded to one tenderer: 5

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lots 1 - 7 will be individually evaluated and multiple awards may result. Where the respondee is an insurance Broker, it may choose to place the insurance(s) required within each Lot with different insurers at it's discretion, but full details of the risk carrier(s) will be required.

The estimated value of this Notice and each lot includes the cost of the possible 2X12 month extensions

II.2) Description

Lot No: 1

II.2.1) Title

Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Torus62 Limited

II.2.2) Additional CPV code(s)

66510000

66513100

66515100

66515200

66516000

66516500

66517300

66518000

66518300

66513200

66515000

66515410

66516400

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

A programme of General (non-life) insurance and related services for Torus62 Limited. The programme will require Insurance and related services for risks that may include but not be limited to: property damage and business interruption, employers, public, products and property owners liability, business combined/office, money, all risks, computer, contract works, group personal accident and employment practices liability. This list is to be decided at the sole discretion of Torus62 Limited.

This Lot excludes: Motor (see Lot 2), Cyber (see Lot 3), Terrorism Pool-Re (see Lot 4), Terrorism (Non-Pool Re) (see Lot 5), Directors' & Officers' Liability (see Lot 6) and Alternative Risk Financing (see Lot 7)

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 26 650 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 28/11/2025

End: 27/11/2028

This contract is subject to renewal: Yes

Description of renewals:

Torus62 Limited will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates:

This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at selection (SQ) stage will be rejected. Bidders meeting the required standards for each Lot at SQ stage will be ranked according to the highest score achieved for the specific Lot and maybe rejected in reverse order to achieve our maximum number of operators for each Lot of the ITT stage. Selection Criteria for the SQ stage are summarised in this Contract Notice but will be more fully stated in the SQ documentation.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Torus62 Limited will consider entering into Long Term Agreements with the bidder and/or the bidder's proposed Risk carriers for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/396R9YB627

Lot No: 2

II.2.1) Title

Insurance and related services for Motor Fleet Risks for Torus62 Limited

II.2.2) Additional CPV code(s)

66510000

66514110

66516100

66517300

66518000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Insurance and related services for Motor Fleet Risks for Torus62 Limited

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 3 100 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 28/11/2025

End: 27/11/2028

This contract is subject to renewal: Yes

Description of renewals:

Torus62 Limited will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates:

This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at selection (SQ) stage will be rejected. Bidders meeting the required standards for each Lot at SQ stage will be ranked according to the highest score achieved for the specific Lot and maybe rejected in reverse order to achieve our maximum number of operators for each Lot of the ITT stage. Selection Criteria for the SQ stage are summarised in this Contract Notice but will be more fully stated in the SQ documentation.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Torus62 Limited will consider entering into Long Term Agreements with the bidder and/or the bidder's proposed Risk carriers for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

For more information about this opportunity, please visit: https://www.delta-esourcing.com/tenders/UK-UK-Merseyside:-Insurance-services./396R9YB627

Lot No: 3

II.2.1) Title

Insurance and related services associated with Cyber risks for Torus62 Limited

II.2.2) Additional CPV code(s)

66000000

66510000

66516000

66517300

66518000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Insurance and related services associated with Cyber Risks for Torus62 Limited

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 325 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 28/11/2025

End: 27/11/2028

This contract is subject to renewal: Yes

Description of renewals:

Torus62 Limited will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates:

This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at selection (SQ) stage will be rejected. Bidders meeting the required standards for each Lot at SQ stage will be ranked according to the highest score achieved for the specific Lot and maybe rejected in reverse order to achieve our maximum number of operators for each Lot of the ITT stage. Selection Criteria for the SQ stage are summarised in this Contract notice but will be more fully stated in the SQ documentation.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Torus62 Limited will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

For more information about this opportunity, please visit: https://www.delta-esourcing.com/tenders/UK-UK-Merseyside:-Insurance-services./396R9YB627

Lot No: 4

II.2.1) Title

Insurance and related services associated with Terrorism (Pool-Re) for Torus62 Limited

II.2.2) Additional CPV code(s)

66510000

66515000

66515100

66515200

66517300

66518000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Insurance and related services associated with Terrorism risks (Pool-Re) for Torus62 Limited.

Please note, Torus62 Limited will award either Lot 4 or Lot 5 at its sole discretion and will not Award both.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 355 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 28/11/2025

End: 27/11/2028

This contract is subject to renewal: Yes

Description of renewals:

Torus62 Limited will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates:

This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at selection (SQ) stage will be rejected. Bidders meeting the required standards for each Lot at SQ stage will be ranked according to the highest score achieved for the specific Lot and maybe rejected in reverse order to achieve our maximum number of operators for each Lot of the ITT stage. Selection Criteria for the SQ stage are summarised in this Contract notice but will be more fully stated in the SQ documentation.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Torus62 Limited will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

For more information about this opportunity, please visit: https://www.delta-esourcing.com/tenders/UK-UK-Merseyside:-Insurance-services./396R9YB627

Lot No: 5

II.2.1) Title

Insurance and related services associated with Terrorism/Political Violence risks (Non Pool-Re) for Torus62 Limited

II.2.2) Additional CPV code(s)

66510000

66515000

66515200

66516500

66518000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Insurance and related services associated with Terrorism Non Pool-Re/Political Violence for Torus62 Limited

Please note, Torus62 Limited will award either Lot 4 or Lot 5 at its sole discretion and will not Award both.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 355 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 28/11/2025

End: 27/11/2028

This contract is subject to renewal: Yes

Description of renewals:

Torus62 Limited will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates:

This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at selection (SQ) stage will be rejected. Bidders meeting the required standards for each Lot at SQ stage will be ranked according to the highest score achieved for the specific Lot and maybe rejected in reverse order to achieve our maximum number of operators for each Lot of the ITT stage. Selection Criteria for the SQ stage are summarised in this Contract Notice but will be more fully stated in the SQ documentation.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Torus62 Limited will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

For more information about this opportunity, please visit: https://www.delta-esourcing.com/tenders/UK-UK-Merseyside:-Insurance-services./396R9YB627

Lot No: 6

II.2.1) Title

Insurance and related services associated with Directors' and Officers' Liability for Torus62 Limited

II.2.2) Additional CPV code(s)

66000000

66510000

66516500

66517300

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Insurance and related services associated with Directors' and Officers' for Torus62 Limited

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 200 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 28/11/2025

End: 27/11/2028

This contract is subject to renewal: Yes

Description of renewals:

Torus62 Limited will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates:

This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at selection (SQ) stage will be rejected. Bidders meeting the required standards for each Lot at SQ stage will be ranked according to the highest score achieved for the specific Lot and maybe rejected in reverse order to achieve our maximum number of operators for each Lot of the ITT stage. Selection Criteria for the SQ stage are summarised in this Contract notice but will be more fully stated in the SQ documentation.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Torus62 Limited will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

For more information about this opportunity, please visit: https://www.delta-esourcing.com/tenders/UK-UK-Merseyside:-Insurance-services./396R9YB627

Lot No: 7

II.2.1) Title

Insurance and related services by way of a combination of Alternative Risk Financing and traditional Insurance for Torus62 Limited

II.2.2) Additional CPV code(s)

66510000

66516000

66516500

66513100

66513200

66515000

66515100

66515200

66515410

66516400

66517300

66518000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Insurance and related services by way of a combination of Alternative Risk Financing and traditional Insurance, as determined by the Bidder.

This Lot is an optional Lot, which can be awarded or not awarded at the sole discretion of Torus62 Limited depending on Torus' requirements for Lot 1.

This Lot excludes: Motor (see Lot 2), Cyber (see Lot 3), Terrorism Pool-Re (see Lot 4), Terrorism (Non-Pool Re) (see Lot 5) and Directors' & Officers' Liability (see Lot 6).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 26 650 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 28/11/2025

End: 27/11/2028

This contract is subject to renewal: Yes

Description of renewals:

Torus62 Limited will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates:

This will be a two stage process, including a SQ (Selection Questionnaire) stage. Bidders failing to meet certain required minimum standards at selection (SQ) stage will be rejected. Bidders meeting the required standards for each Lot at SQ stage will be ranked according to the highest score achieved for the specific Lot and maybe rejected in reverse order to achieve our maximum number of operators for each Lot of the ITT stage. Selection Criteria for the SQ stage are summarised in this Contract notice but will be more fully stated in the SQ documentation.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Torus62 Limited will consider entering into Long term agreements with the bidder and/or the risk carriers proposed by the bidder, for 3 years (or 3 periods of insurance), with the option to extend the award period by up to 2 further years (or 2 periods of insurance), subject to satisfactory service, performance and cost.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

To respond to this opportunity, please click here: https://www.delta-esourcing.com/tenders/UK-UK-Merseyside:-Insurance-services./396R9YB627

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Potential suppliers will be required to provide an overview of relevant services provided to property owners, public sector organisations, social landlords or other similar organisations over the past 5 years, plus details of 3 clients currently receiving similar services. Potential suppliers will be asked to evidence permissions by the FCA, PRA or other appropriate regulatory authority indicating the types of insurance/service the bidder is authorised to arrange or provide.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

The tender documents will require providers to produce financial information in relation to the type of services offered, including but not limited to 3 years reports and accounts.


Minimum level(s) of standards required:

The financial ability to deliver the programme, including Insurers with a minimum rating of ‘BBB’ from standard and poor, ‘B++’ from A M best, or an equivalent rating by an independent and reputable credit rating agency and approved by the bidder’s market security committee. In the case of any rating less than A-, the contracting authority will evaluate and accept the nominated insurer(s) at its sole discretion, subject to disclosure and acceptance prior to the ITT bid deadline of the bidder’s market security committee’s latest report, including written recommendation from the bidder’s market security committee.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

The tender documents will require providers to detail their relevant professional experience, resource, skills, qualifications and quality control practices.


III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

For Insurance services, Insurers authorised under the Financial services and Markets Act 2000, Insurance Companies Act 1982 (and any other statutory modifications there of) and regulated by the Prudential regulation authority, UK Financial conduct authority, or equivalent in another member state of the European economic area. Insurance brokers registered with and regulated by the Financial conduct authority.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 14/04/2025

Local time: 17:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 16/06/2025

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 28/11/2025

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Between 3 or 5 years from the date of this Notice

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

Bidders should note that for reasons of confidentiality, full Tender information will be made available only to those bidders that are selected to proceed to the ITT Stage. Sufficient detail is provided within this Notice, the SQ and via the Authority's e-procurement portal to enable the Bidder to decide whether or not to participate in this process.

At the ITT stage, all respondents will be required to detail your proposed insurance wordings and provide details of relevant experience of all account servicing, claims handling and risk management staff.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Merseyside:-Insurance-services./396R9YB627

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/396R9YB627

GO Reference: GO-2025221-PRO-29524536

VI.4) Procedures for review

VI.4.1) Review body

The High Court of England and Wales

London

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Contracting Authority will enter into this contract following a 10 calendar day standstill period starting on the day after the notification of the result. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the Regulations to bring proceedings in the High Court. Any such proceedings must be brought within the limitation period specified by the Regulations according to the remedy sought.

VI.4.4) Service from which information about the review procedure may be obtained

The Cabinet Office

London

UK

VI.5) Date of dispatch of this notice

21/02/2025

Coding

Commodity categories

ID Title Parent category
66513200 Contractors all-risk insurance services Legal insurance and all-risk insurance services
66515000 Damage or loss insurance services Insurance services
66000000 Financial and insurance services Finance and Related Services
66515410 Financial loss insurance services Damage or loss insurance services
66515100 Fire insurance services Damage or loss insurance services
66516400 General liability insurance services Liability insurance services
66518000 Insurance brokerage and agency services Insurance services
66518300 Insurance claims adjustment services Insurance brokerage and agency services
66510000 Insurance services Insurance and pension services
66513100 Legal expenses insurance services Legal insurance and all-risk insurance services
66516000 Liability insurance services Insurance services
66514110 Motor vehicle insurance services Freight insurance and Insurance services relating to transport
66516100 Motor vehicle liability insurance services Liability insurance services
66516500 Professional liability insurance services Liability insurance services
66515200 Property insurance services Damage or loss insurance services
66517300 Risk management insurance services Credit and surety insurance services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
jeremy.flint@gibbslaidler.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.