FOI request detail

London Transport Insurance (Guernsey) Limited

Request ID: FOI-1439-2223
Date published: 14 November 2022

You asked

Please provide details on the tender process for the provision of management services to London Transport Insurance (Guernsey) Ltd. Please include: 1) Which company or companies provides external management &/or consultancy support. 2) When they were appointed? 3) How long their appointment is for? 4) When is the next tender due for their services? 5) How much are they paid for their services? 6) How do tfl determine they are receiving fair value from any company or companies providing management &/or consultancy support?

We answered

Our ref: FOI-1439-2223/GH

Thank you for your request received by Transport for London (TfL) on 14 September 2022 asking for information about London Transport Insurance (Guernsey) Limited.

Your request has been considered under the requirements of the Freedom of Information Act 2000 and our information access policy. I can confirm that we do hold the information you require.
 
1) Which company or companies provides external management &/or consultancy support.
 
Willis Towers Watson Management (Guernsey) Limited
 
2) When they were appointed?
 
2013.
 
3) How long their appointment is for?
 
It is an ongoing appointment.
 
4) When is the next tender due for their services?
 
There are no immediate plans to run a procurement process. The service provider’s performance is reviewed annually (as a minimum).
 
5) How much are they paid for their services?
 
£150,000 p.a. for core services
£25,800 p.a. for services relating to the Crossrail project.
 
6) How do tfl determine they are receiving fair value from any company or companies providing management &/or consultancy support?
 
Fundamental to any tender is the Commercial/Technical (%) ratio used during an evaluation of potential supplier bid(s). The weighting takes into account the cost of the goods, services or works, in addition to technical considerations which may include areas such as quality, performance and risk. Responsible Procurement is also considered as appropriate.

The Commercial Criteria is always be based on the ‘whole life cost’ of the goods, services or works being procured. The Technical Criteria will vary depending on the specific procurement activity.

Once the overall Commercial/Technical Section weighting has been established by the Procurement & Commercial lead responsible for the tender, the individual questions are given the appropriate weighting reflecting their relative importance to TfL to ensure good value is achieved.

If this is not the information you are looking for, please do not hesitate to contact me.

If you are not satisfied with this response please see the attached information sheet for details of your right to appeal.

Yours sincerely

Graham Hurt
FOI Case Officer
FOI Case Management Team
General Counsel
Transport for London

Back to top

Want to make a request?

We'll email you the response within 20 working days.


We'll publish the response online without disclosing any personal information.