← Back to opportunities

HMPO Document Management Services

Home Office

Buyer Contact Info

Buyer Name: Home Office

Buyer Address: 2 Marsham Street, London, UKI32, SW1P 4DF, United Kingdom

Contact Email: DHCR@homeoffice.gov.uk

Status
active
Procedure
selective
Value
140000000.0 GBP
Gross: 140000000 GBP
Published
30 Jun 2025, 14:33
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
75112000 - Administrative services for business operations
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

His Majesty’s Passport Office (HMPO), part of the Home Office, as the Contracting Authority, is reviewing potential options for future Document Management services. Overview of the Service: HMPO requires its customers who apply for a new passport, a replacement passport, or a passport renewal, to send in supporting documentation (hard copies) as part of their application. The Document Management Service requirement at a high level is to: - Sort inbound mail into various streams; - Validate and, where required, verify the authenticity of documents contained within each application; - Scan documents to a standard that allows for easy reading of data on documents; - Categorise documents into streams as defined by HMPO; - Store and retrieve documents upon return requests issued by HMPO. Please note, three Requests for Information (RFIs) have been run as part of market engagement to inform this procurement. This market engagement was conducted under the previous Public Contract Regulations (PCR) 2015 which is the reason why a Preliminary Market Engagement notice under the new regulations has not been published for this procurement. Links to the Prior Information Notices (PINs) for the market engagement are below for further information: - https://www.find-tender.service.gov.uk/Notice/016322-2024?origin=SearchResults&p=1 - https://www.find-tender.service.gov.uk/Notice/017128-2024?origin=SearchResults&p=1 - https://www.find-tender.service.gov.uk/Notice/034859-2024?origin=SearchResults&p=1155

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/036185-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 140,000,000

Lot 1 Value (Gross): GBP 140,000,000

Lot 1 Contract Start: 2026-11-13T00:00:00+00:00

Lot 1 Contract End: 2030-11-12T23:59:59+00:00

Lot 1 Award Criterion (quality): Weighted Value for Money Index (60%)

Lot 1 Award Criterion (cost): Weighted Value for Money Index (40%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PWGC-6513-PQLZ",
    "name": "Home Office"
  },
  "date": "2025-06-30T15:33:39+01:00",
  "id": "036185-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-050bcd",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "SW1P 4DF",
        "region": "UKI32",
        "streetAddress": "2 Marsham Street"
      },
      "contactPoint": {
        "email": "DHCR@homeoffice.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.gov.uk/government/organisations/home-office"
      },
      "id": "GB-PPON-PWGC-6513-PQLZ",
      "identifier": {
        "id": "PWGC-6513-PQLZ",
        "scheme": "GB-PPON"
      },
      "name": "Home Office",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-10-16T23:59:59+01:00"
    },
    "coveredBy": [
      "GPA",
      "CPTPP"
    ],
    "description": "His Majesty\u2019s Passport Office (HMPO), part of the Home Office, as the Contracting Authority, is reviewing potential options for future Document Management services.\nOverview of the Service:\nHMPO requires its customers who apply for a new passport, a replacement passport, or a passport renewal, to send in supporting documentation (hard copies) as part of their application.\nThe Document Management Service requirement at a high level is to:\n- Sort inbound mail into various streams;\n- Validate and, where required, verify the authenticity of documents contained within each application;\n- Scan documents to a standard that allows for easy reading of data on documents;\n- Categorise documents into streams as defined by HMPO;\n- Store and retrieve documents upon return requests issued by HMPO.\nPlease note, three Requests for Information (RFIs) have been run as part of market engagement to inform this procurement. This market engagement was conducted under the previous Public Contract Regulations (PCR) 2015 which is the reason why a Preliminary Market Engagement notice under the new regulations has not been published for this procurement.\nLinks to the Prior Information Notices (PINs) for the market engagement are below for further information:\n- https://www.find-tender.service.gov.uk/Notice/016322-2024?origin=SearchResults\u0026p=1\n- https://www.find-tender.service.gov.uk/Notice/017128-2024?origin=SearchResults\u0026p=1\n- https://www.find-tender.service.gov.uk/Notice/034859-2024?origin=SearchResults\u0026p=1155",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "accessDetails": "The Authority will be sharing the NDA for the procurement via Jaggaer. Once the NDA is signed, the Authority will share five documents as part of the first stage of the procurement, the Conditions of Participation:\n1. Appendix 1 \u2013 PSQ Instructions\nThis sets out the instructions for the Conditions of Participation stage and provides an overview of the overall procurement timeline.\n2. Appendix 2 \u2013 Supplier Briefing Document \u2013 PSQ\nThis provides an overview of the Document Management Service and a commercial overview of the Conditions of Participation stage and is supplementary to the Instructions Document.\n3. Appendix 3 - Procurement Specific Questionnaire\nThe Procurement Specific Questionnaire (PSQ) will be used to qualify suitable Bidders for the later stages of the procurement through assessment of basic financial, legal, and organisational standards. Bidders will be required to populate and return the PSQ by the specified deadline in the Instructions Document.\n4. Appendix 4 \u2013 Financial Viability Risk Assessment Tool\nThe Financial Viability Risk Assessment Tool (FVRA) accompanies the Procurement Specific Questionnaire (PSQ) and will be used specifically for monitoring the economic and financial standing of Bidders.\n5. Appendix 5 \u2013 Clarification Questions Template \nThis template will be used for any questions that Bidders have during the Conditions of Participation stage.\nDocuments associated specifically with each future stage of the procurement following the Conditions of Participation stage will be shared at the beginning of each stage. For example, the draft contract will be shared at the start of the Invitation To Tender (ITT) stage.",
        "documentType": "biddingDocuments",
        "id": "future"
      },
      {
        "datePublished": "2025-06-30T15:33:39+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "036185-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/036185-2025"
      }
    ],
    "expressionOfInterestDeadline": "2025-07-30T23:59:00+01:00",
    "id": "ocds-h6vhtk-050bcd",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Administrative services for business operations",
            "id": "75112000",
            "scheme": "CPV"
          },
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          },
          {
            "description": "Administration, defence and social security services",
            "id": "75000000",
            "scheme": "CPV"
          },
          {
            "description": "Administration services",
            "id": "75100000",
            "scheme": "CPV"
          },
          {
            "description": "General public services",
            "id": "75110000",
            "scheme": "CPV"
          },
          {
            "description": "Administrative services of agencies",
            "id": "75120000",
            "scheme": "CPV"
          },
          {
            "description": "Business services: law, marketing, consulting, recruitment, printing and security",
            "id": "79000000",
            "scheme": "CPV"
          },
          {
            "description": "Office-support services",
            "id": "79500000",
            "scheme": "CPV"
          },
          {
            "description": "Filing services",
            "id": "79560000",
            "scheme": "CPV"
          },
          {
            "description": "Miscellaneous business and business-related services",
            "id": "79900000",
            "scheme": "CPV"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lotDetails": {
      "noLotsDivisionRationale": "Lotting was tested during early market engagement and a thorough pros and cons analysis was also conducted to inform the decision to proceed with a single lot. Reasons cited from the market engagement feedback and the pros and cons analysis included the risk of integration, as well as the Authority\u0027s contract management resource capability."
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "The Quality weighting includes 10% for Social Value.",
              "name": "Weighted Value for Money Index",
              "numbers": [
                {
                  "number": 60,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "The cost will be evaluated in combination with quality using the Weighted Value for Money Index (WVFMI). The financial pricing model submitted during the ITT stage by Bidders will inform the cost that is inputted into the WVFMI formula.",
              "name": "Weighted Value for Money Index",
              "numbers": [
                {
                  "number": 40,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2030-11-12T23:59:59+00:00",
          "maxExtentDate": "2033-11-12T23:59:59+00:00",
          "startDate": "2026-11-13T00:00:00+00:00"
        },
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "The 3-year extension will be broken down into three separate extension options of +1, +1 and +1."
        },
        "status": "active",
        "value": {
          "amount": 140000000,
          "amountGross": 140000000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procedure": {
      "features": "There will be five stages for the Competitive Flexible Procedure:\n1. Conditions of Participation \u2013 Bidders will be asked to complete the Procurement Specific Questionnaire, used to qualify suitable Bidders for the later stages of the procurement through assessment of basic financial, legal, and organisational standards.\n2. Dialogue \u2013 Bidders who successfully pass the Conditions of Participation stage will be invited to 1-2-1 dialogue sessions with the Authority focussed on ensuring a common understanding of requirements before the ITT stage.\n3. Invitation To Tender (ITT) \u2013 Following the Dialogue stage, Bidders will be invited to formally respond to both a quality questionnaire and financial pricing model, allowing the Authority to assess technical and commercial elements of bids. Bidders will be down selected at this point ahead of the next stage.\n4. Negotiation \u2013 Down selected Bidders will be invited to commercial negotiation sessions with the Authority focussed on pre-selected elements of bids. \n5. Best and Final Offer (BAFO) \u2013 Following the Negotiation stage, Bidders will be invited to submit a BAFO. Following this stage, the winning Bidder will be awarded.\nThe information provided here is for transparency and based on latest available information but may be subject to changes during the procurement."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "status": "active",
    "submissionMethodDetails": "All submissions will be completed through the Jaggaer portal, for which you login here: https://homeoffice.app.jaggaer.com/web/login.html\nIf you have not yet registered on Jaggaer, this can also be done online through the above link and clicking on \u2018To register click here\u2019.\nPlease note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering.\nOnce you have registered on the eSourcing Portal, you can request access to the NDA, by emailing DHCR@homeoffice.gov.uk. Your email must clearly state the exact name that you used to register on Jaggaer. Once enabled, you should receive a link to the NDA from Jaggaer.\nOnce you have submitted a signed NDA you will be given access to the documents for the first stage of the procurement.\nFor technical assistance on use of the eSourcing Portal please contact the JAGGAER Supplier Helpdesk at customersupport@jaggaer.com or 0800 069 8630 (0800 - 1800hrs).",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "title": "HMPO Document Management Services",
    "value": {
      "amount": 140000000,
      "amountGross": 140000000,
      "currency": "GBP"
    }
  }
}