Notice Information
Notice Title
Home Office English Language Testing (HOELT) Services
Notice Description
The Home Office English Language Test (HOELT) Programme vision is to deliver a best-in-class language testing service, underpinned by automation and efficiency to enable critical UK Visa and Immigration decision making. To do this, we need to deliver a secure, accessible and fair English Language Testing service for our customers. This procurement seeks a fully remote language testing service, balancing continuity with improvements and transformation. HOELT will move to a digital-by-default approach, while upholding the rigorous standards necessary to support our immigration decisions. The successful provider will deliver a service that combines technological innovation with security assurance, enabling customers to demonstrate their English language skills with confidence and convenience throughout their UK immigration journey. Overview of the Service: The Supplier shall provide a fully managed Remote Testing service. HOELTs shall be delivered securely in any location where the Customer chooses to take the test, provided secure test conditions are met. The Authority requires that all ELTs are delivered remotely. However, if there are local constraints (for example legal/technical) within a Country which would prevent Remote Testing for the foreseeable future or on a temporary basis, exceptions to the remote testing requirement may be proposed. The HOELTs shall be available in two formats: 2-Facet: Speaking and Listening (A1 to C2) 4-Facet: Speaking, Listening, Reading, and Writing (A1 to C2) The HOELT Fees shall be regulated, as determined by the Authority. All HOELT scores shall map clearly to CEFR levels A1 to C2, as published by the Council of Europe. Authority recognises that there is significant uncertainty regarding future demand for English Language Testing (ELT) services in each country and location, the advertised contract value must be concidered in this context. This uncertainty arises from a combination of factors, including: Ongoing changes to UK immigration policy following the Immigration White Paper; The transition to a new contracting model for the delivery of ELT services; Broader external influences such as global events, geopolitical developments, environmental disruptions, and demographic shifts. Given this context, the Authority is unable to provide indicative forecasts or guarantees regarding future test volumes. The Service must therefore be demonstrably scalable and responsive to fluctuations in demand, both increases and decreases. The Supplier shall proactively manage changes in demand and demonstrate flexibility in adapting to evolving Service requirements throughout the Term. Please note, five Requests for Information (RFIs) have been run as part of market engagement to inform this procurement. Links to the notices published in relation to the market engagement are below for further information: RFI 1: https://www.find-tender.service.gov.uk/Notice/027422-2024 RF 2: https://www.find-tender.service.gov.uk/Notice/035979-2024 RFI 3: https://www.find-tender.service.gov.uk/Notice/014337-2025 RFI 4: https://www.find-tender.service.gov.uk/Notice/036839-2025 RFI 5: https://www.find-tender.service.gov.uk/Notice/054810-2025
Lot Information
Lot 1
Options: Amendments to immigration and nationality rules, policy, or other legislation Introduction of new test types beyond the English Language Test (ELT) Adoption of new technology or digital delivery methods Changes to the scope of countries or customer groups covered Service improvements identified during the contract term Responses to new or evolving fraud threats Adjustments due to global or country-specific political or socio-economic events Collaboration with other Government Departments Changes to regulated fee arrangements or other fee structures Modifications to Added Value Services (AVS), including services offered, controls, reporting, and remuneration Commercialisation of ELT or related services Additional changes required to ensure continued compliance, innovation, and service quality.
Renewal: The period of up to three (3) years from the end of the Initial Term, which the Authority may elect to invoke for up to three (3) additional periods of up to twelve (12) months
Planning Information
This notice relates to a fifth round of market engagement in relation to this opportunity. The primary purpose of the engagement is to: Understand the feasibility of delivering a secure, remote English Language Testing service. 1. To express an interest, participants must first be registered on the Home Office’s eSourcing Portal (JAGGAER). If you have not yet registered, this can be done online at https://homeoffice.app.jaggaer.com/web/login.html by following the Register Here Link. 2. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering and who will be entering into a contract if invited to do so. 3. Registering on Jaggaer will not provide immediate access to the fifth round RFI. Once you have registered on JAGGAER, a registered user can express an interest for a specific procurement. This is done by emailing HOELT2024@homeoffice.gov.uk as below: Email subject line: HOELT Procurement - Expression of Interest Email to include: Organisation name (as registered on JAGGAER), Contact name, E-mail address and telephone number. 4. Once the above steps are completed, participants will be granted access to the Non-Disclosure Agreement (NDA) event in JAGGAER. 5. Participants should then complete and return their signed NDA, via JAGGAER, in order to be added to the RFI event which is open until 22/09/25 at 12:00 midday (BST). 6. Participants should ensure that they leave enough time to submit your NDA and your RFI responses in time for close date of 22/09/25 at 12:00 midday (BST). Please note: if you have previously signed an NDA for RFI1 or RFI2 Market Engagement, but did not complete an NDA for RFI3 or RFI4, you are still required to sign a new NDA and follow the process above. If you completed an NDA in relation to RFI3 or RFI4 you are not required to submit an additional NDA. Once you have completed the process above, you will be added to the RFI.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0500b5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/001247-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
75 - Administration, defence and social security services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
32270000 - Digital transmission apparatus
48190000 - Educational software package
72000000 - IT services: consulting, software development, Internet and support
72212190 - Educational software development services
72222300 - Information technology services
75110000 - General public services
75131100 - General personnel services for the government
79000000 - Business services: law, marketing, consulting, recruitment, printing and security
Notice Value(s)
- Tender Value
- £680,000,000 £100M-£1B
- Lots Value
- £680,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 7 Jan 20261 months ago
- Submission Deadline
- 19 Jan 2026Expired
- Future Notice Date
- 4 Aug 2025Expired
- Award Date
- Not specified
- Contract Period
- 1 Dec 2026 - 30 Nov 2031 Over 5 years
- Recurrence
- 2032-12-01
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HOME OFFICE
- Contact Name
- Not specified
- Contact Email
- hoelt2024@homeoffice.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1P 4DF
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- TLC North East (England), TLD North West (England), TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLJ South East (England), TLK South West (England)
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/001247-2026
7th January 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/001241-2026
7th January 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/081068-2025
9th December 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/078044-2025
28th November 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/055549-2025
10th September 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/054974-2025
9th September 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/054810-2025
8th September 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/054809-2025
8th September 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/036839-2025
2nd July 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/014337-2025
10th April 2025 - Preliminary market engagement notice on Find a Tender
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0500b5-2026-01-07T17:47:24Z",
"date": "2026-01-07T17:47:24Z",
"ocid": "ocds-h6vhtk-0500b5",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PWGC-6513-PQLZ",
"name": "Home Office",
"identifier": {
"scheme": "GB-PPON",
"id": "PWGC-6513-PQLZ"
},
"address": {
"streetAddress": "2 Marsham Street",
"locality": "London",
"postalCode": "SW1P 4DF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"email": "HOELT2024@homeoffice.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://homeoffice.app.jaggaer.com/web/login.html",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PWGC-6513-PQLZ",
"name": "Home Office"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "This notice relates to a fifth round of market engagement in relation to this opportunity. The primary purpose of the engagement is to: Understand the feasibility of delivering a secure, remote English Language Testing service. 1. To express an interest, participants must first be registered on the Home Office's eSourcing Portal (JAGGAER). If you have not yet registered, this can be done online at https://homeoffice.app.jaggaer.com/web/login.html by following the Register Here Link. 2. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering and who will be entering into a contract if invited to do so. 3. Registering on Jaggaer will not provide immediate access to the fifth round RFI. Once you have registered on JAGGAER, a registered user can express an interest for a specific procurement. This is done by emailing HOELT2024@homeoffice.gov.uk as below: Email subject line: HOELT Procurement - Expression of Interest Email to include: Organisation name (as registered on JAGGAER), Contact name, E-mail address and telephone number. 4. Once the above steps are completed, participants will be granted access to the Non-Disclosure Agreement (NDA) event in JAGGAER. 5. Participants should then complete and return their signed NDA, via JAGGAER, in order to be added to the RFI event which is open until 22/09/25 at 12:00 midday (BST). 6. Participants should ensure that they leave enough time to submit your NDA and your RFI responses in time for close date of 22/09/25 at 12:00 midday (BST). Please note: if you have previously signed an NDA for RFI1 or RFI2 Market Engagement, but did not complete an NDA for RFI3 or RFI4, you are still required to sign a new NDA and follow the process above. If you completed an NDA in relation to RFI3 or RFI4 you are not required to submit an additional NDA. Once you have completed the process above, you will be added to the RFI.",
"dueDate": "2025-09-22T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "014337-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/014337-2025",
"datePublished": "2025-04-10T14:56:52+01:00",
"format": "text/html"
},
{
"id": "036839-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/036839-2025",
"datePublished": "2025-07-02T14:41:24+01:00",
"format": "text/html"
},
{
"id": "054809-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/054809-2025",
"datePublished": "2025-09-08T16:54:52+01:00",
"format": "text/html"
},
{
"id": "054810-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/054810-2025",
"datePublished": "2025-09-08T16:56:48+01:00",
"format": "text/html"
},
{
"id": "054974-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/054974-2025",
"datePublished": "2025-09-09T12:19:02+01:00",
"format": "text/html"
},
{
"id": "055549-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/055549-2025",
"datePublished": "2025-09-10T16:30:53+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "ocds-h6vhtk-0500b5",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Home Office English Language Testing (HOELT) Services",
"description": "The Home Office English Language Test (HOELT) Programme vision is to deliver a best-in-class language testing service, underpinned by automation and efficiency to enable critical UK Visa and Immigration decision making. To do this, we need to deliver a secure, accessible and fair English Language Testing service for our customers. This procurement seeks a fully remote language testing service, balancing continuity with improvements and transformation. HOELT will move to a digital-by-default approach, while upholding the rigorous standards necessary to support our immigration decisions. The successful provider will deliver a service that combines technological innovation with security assurance, enabling customers to demonstrate their English language skills with confidence and convenience throughout their UK immigration journey. Overview of the Service: The Supplier shall provide a fully managed Remote Testing service. HOELTs shall be delivered securely in any location where the Customer chooses to take the test, provided secure test conditions are met. The Authority requires that all ELTs are delivered remotely. However, if there are local constraints (for example legal/technical) within a Country which would prevent Remote Testing for the foreseeable future or on a temporary basis, exceptions to the remote testing requirement may be proposed. The HOELTs shall be available in two formats: 2-Facet: Speaking and Listening (A1 to C2) 4-Facet: Speaking, Listening, Reading, and Writing (A1 to C2) The HOELT Fees shall be regulated, as determined by the Authority. All HOELT scores shall map clearly to CEFR levels A1 to C2, as published by the Council of Europe. Authority recognises that there is significant uncertainty regarding future demand for English Language Testing (ELT) services in each country and location, the advertised contract value must be concidered in this context. This uncertainty arises from a combination of factors, including: Ongoing changes to UK immigration policy following the Immigration White Paper; The transition to a new contracting model for the delivery of ELT services; Broader external influences such as global events, geopolitical developments, environmental disruptions, and demographic shifts. Given this context, the Authority is unable to provide indicative forecasts or guarantees regarding future test volumes. The Service must therefore be demonstrably scalable and responsive to fluctuations in demand, both increases and decreases. The Supplier shall proactively manage changes in demand and demonstrate flexibility in adapting to evolving Service requirements throughout the Term. Please note, five Requests for Information (RFIs) have been run as part of market engagement to inform this procurement. Links to the notices published in relation to the market engagement are below for further information: RFI 1: https://www.find-tender.service.gov.uk/Notice/027422-2024 RF 2: https://www.find-tender.service.gov.uk/Notice/035979-2024 RFI 3: https://www.find-tender.service.gov.uk/Notice/014337-2025 RFI 4: https://www.find-tender.service.gov.uk/Notice/036839-2025 RFI 5: https://www.find-tender.service.gov.uk/Notice/054810-2025",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75131100",
"description": "General personnel services for the government"
},
{
"scheme": "CPV",
"id": "48190000",
"description": "Educational software package"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "72212190",
"description": "Educational software development services"
},
{
"scheme": "CPV",
"id": "75110000",
"description": "General public services"
},
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
},
{
"scheme": "CPV",
"id": "32270000",
"description": "Digital transmission apparatus"
},
{
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
}
],
"deliveryAddresses": [
{
"region": "BD",
"country": "BD",
"countryName": "Bangladesh"
},
{
"region": "CN",
"country": "CN",
"countryName": "China"
},
{
"region": "GH",
"country": "GH",
"countryName": "Ghana"
},
{
"region": "IN",
"country": "IN",
"countryName": "India"
},
{
"region": "NG",
"country": "NG",
"countryName": "Nigeria"
},
{
"region": "PH",
"country": "PH",
"countryName": "Philippines"
},
{
"region": "PK",
"country": "PK",
"countryName": "Pakistan"
},
{
"region": "SA",
"country": "SA",
"countryName": "Saudi Arabia"
},
{
"region": "ZA",
"country": "ZA",
"countryName": "South Africa"
},
{
"region": "ZW",
"country": "ZW",
"countryName": "Zimbabwe"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 816000000,
"amount": 680000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-12-01T00:00:00+00:00",
"endDate": "2031-11-30T23:59:59+00:00",
"maxExtentDate": "2034-11-30T23:59:59+00:00"
},
"hasRenewal": true,
"status": "active",
"value": {
"amountGross": 816000000,
"amount": 680000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Most Advantageous Tender (MAT) determined by a Weighted Value for Money Index (WVFMI), combining quality (60%) and price (40%) scores. Minimum performance thresholds apply at each stage. Full details of evaluation methodology and scoring are set out in the ITT.",
"criteria": [
{
"type": "quality",
"name": "Ways of working",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%"
},
{
"type": "quality",
"name": "The English Language Test (ELT)",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%"
},
{
"type": "quality",
"name": "Identity Verification",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%"
},
{
"type": "quality",
"name": "Appointment Booking",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%"
},
{
"type": "quality",
"name": "Fee Handling",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%"
},
{
"type": "quality",
"name": "Added Value Service (AVS)",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%"
},
{
"type": "quality",
"name": "Test Delivery",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%"
},
{
"type": "quality",
"name": "Technology Design & Architecture",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 3%"
},
{
"type": "quality",
"name": "Artificial Intelligence (AI)",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%"
},
{
"type": "quality",
"name": "Customer support",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%"
},
{
"type": "quality",
"name": "Integrity",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%"
},
{
"type": "quality",
"name": "Security",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%"
},
{
"type": "quality",
"name": "Incident management",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 3%"
},
{
"type": "quality",
"name": "Audits",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%"
},
{
"type": "quality",
"name": "Marking and Results",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 3%"
},
{
"type": "quality",
"name": "Performance",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%"
},
{
"type": "quality",
"name": "Customer insight",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%"
},
{
"type": "quality",
"name": "Implementation",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 6%"
},
{
"type": "quality",
"name": "Testing Procedures",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%"
},
{
"type": "quality",
"name": "Social Value",
"description": "Suppliers will be required to respond to 4 quality questions within the Quality Questionnaire, each scored on a 0-10 scale at a total weighting of 10%"
},
{
"type": "price",
"name": "Price",
"description": "Supplier's total Bid price."
},
{
"type": "quality",
"name": "Ways of working",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%"
},
{
"type": "quality",
"name": "The English Language Test (ELT)",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%"
},
{
"type": "quality",
"name": "Identity Verification",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%"
},
{
"type": "quality",
"name": "Appointment Booking",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%"
},
{
"type": "quality",
"name": "Fee Handling",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%"
},
{
"type": "quality",
"name": "Added Value Service (AVS)",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%"
},
{
"type": "quality",
"name": "Test Delivery",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%"
},
{
"type": "quality",
"name": "Technology Design & Architecture",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 3%"
},
{
"type": "quality",
"name": "Artificial Intelligence (AI)",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%"
},
{
"type": "quality",
"name": "Customer support",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%"
},
{
"type": "quality",
"name": "Integrity",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%"
},
{
"type": "quality",
"name": "Security",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%"
},
{
"type": "quality",
"name": "Incident management",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 3%"
},
{
"type": "quality",
"name": "Audits",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%"
},
{
"type": "quality",
"name": "Marking and Results",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 3%"
},
{
"type": "quality",
"name": "Performance",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%"
},
{
"type": "quality",
"name": "Customer insight",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%"
},
{
"type": "quality",
"name": "Implementation",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 6%"
},
{
"type": "quality",
"name": "Testing Procedures",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%"
},
{
"type": "quality",
"name": "Social Value",
"description": "Suppliers will be required to respond to 4 quality questions within the Quality Questionnaire, each scored on a 0-10 scale at a total weighting of 10%"
},
{
"type": "price",
"name": "Price",
"description": "Supplier's total Bid price."
},
{
"type": "quality",
"name": "Ways of working",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%"
},
{
"type": "quality",
"name": "The English Language Test (ELT)",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%"
},
{
"type": "quality",
"name": "Identity Verification",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%"
},
{
"type": "quality",
"name": "Appointment Booking",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%"
},
{
"type": "quality",
"name": "Fee Handling",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%"
},
{
"type": "quality",
"name": "Added Value Service (AVS)",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%"
},
{
"type": "quality",
"name": "Test Delivery",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%"
},
{
"type": "quality",
"name": "Technology Design & Architecture",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 3%"
},
{
"type": "quality",
"name": "Artificial Intelligence (AI)",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%"
},
{
"type": "quality",
"name": "Customer support",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%"
},
{
"type": "quality",
"name": "Integrity",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%"
},
{
"type": "quality",
"name": "Security",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%"
},
{
"type": "quality",
"name": "Incident management",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 3%"
},
{
"type": "quality",
"name": "Audits",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%"
},
{
"type": "quality",
"name": "Marking and Results",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 3%"
},
{
"type": "quality",
"name": "Performance",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%"
},
{
"type": "quality",
"name": "Customer insight",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%"
},
{
"type": "quality",
"name": "Implementation",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 6%"
},
{
"type": "quality",
"name": "Testing Procedures",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%"
},
{
"type": "quality",
"name": "Social Value",
"description": "Suppliers will be required to respond to 4 quality questions within the Quality Questionnaire, each scored on a 0-10 scale at a total weighting of 10%"
},
{
"type": "price",
"name": "Price",
"description": "Supplier's total Bid price."
},
{
"type": "quality",
"name": "Ways of working",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%"
},
{
"type": "quality",
"name": "The English Language Test (ELT)",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%"
},
{
"type": "quality",
"name": "Identity Verification",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%"
},
{
"type": "quality",
"name": "Appointment Booking",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%"
},
{
"type": "quality",
"name": "Fee Handling",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%"
},
{
"type": "quality",
"name": "Added Value Service (AVS)",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%"
},
{
"type": "quality",
"name": "Test Delivery",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%"
},
{
"type": "quality",
"name": "Technology Design & Architecture",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 3%"
},
{
"type": "quality",
"name": "Artificial Intelligence (AI)",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%"
},
{
"type": "quality",
"name": "Customer support",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%"
},
{
"type": "quality",
"name": "Integrity",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%"
},
{
"type": "quality",
"name": "Security",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%"
},
{
"type": "quality",
"name": "Incident management",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 3%"
},
{
"type": "quality",
"name": "Audits",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%"
},
{
"type": "quality",
"name": "Marking and Results",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 3%"
},
{
"type": "quality",
"name": "Performance",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%"
},
{
"type": "quality",
"name": "Customer insight",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%"
},
{
"type": "quality",
"name": "Implementation",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 6%"
},
{
"type": "quality",
"name": "Testing Procedures",
"description": "Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%"
},
{
"type": "quality",
"name": "Social Value",
"description": "Suppliers will be required to respond to 4 quality questions within the Quality Questionnaire, each scored on a 0-10 scale at a total weighting of 10%"
},
{
"type": "price",
"name": "Price",
"description": "Supplier's total Bid price."
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Suppliers must meet conditions of participation through the completion of the Procurement Specific Questionnaire including: -Registration on the Central Digital Platform and submit core supplier information. (Please see: https://www.gov.uk/government/publications/procurement-act-2023-short-guides/suppliers-how-to-register-your-organisation-and-first-administrator-on-find-a-tender-in-three-easy-steps-html for guidance) -Demonstrate economic and financial standing, including minimum turnover, credit rating, operating margin, and net worth as specified in the procurement documents. -Hold or commit to obtain required insurance levels prior to contract award. Full details will be included within the ITT documentation."
},
{
"type": "technical",
"description": "Suppliers must meet conditions of participation through the completion of the Procurement Specific Questionnaire including: Provide evidence of relevant technical ability, including, where available, contract examples and required accreditations. Ensure any associated persons or subcontractors relied upon also meet these requirements and submit information as required. Full details and assessment criteria are set out in the Procurement Specific Questionnaire and Invitation to Tender documents. Full details will be included within the ITT documentation."
},
{
"type": "economic",
"description": "Suppliers must meet conditions of participation through the completion of the Procurement Specific Questionnaire including: -Registration on the Central Digital Platform and submit core supplier information. (Please see: https://www.gov.uk/government/publications/procurement-act-2023-short-guides/suppliers-how-to-register-your-organisation-and-first-administrator-on-find-a-tender-in-three-easy-steps-html for guidance) -Demonstrate economic and financial standing, including minimum turnover, credit rating, operating margin, and net worth as specified in the procurement documents. -Hold or commit to obtain required insurance levels prior to contract award. Full details will be included within the ITT documentation."
},
{
"type": "technical",
"description": "Suppliers must meet conditions of participation through the completion of the Procurement Specific Questionnaire including: Provide evidence of relevant technical ability, including, where available, contract examples and required accreditations. Ensure any associated persons or subcontractors relied upon also meet these requirements and submit information as required. Full details and assessment criteria are set out in the Procurement Specific Questionnaire and Invitation to Tender documents. Full details will be included within the ITT documentation."
},
{
"type": "economic",
"description": "Suppliers must meet conditions of participation through the completion of the Procurement Specific Questionnaire including: -Registration on the Central Digital Platform and submit core supplier information. (Please see: https://www.gov.uk/government/publications/procurement-act-2023-short-guides/suppliers-how-to-register-your-organisation-and-first-administrator-on-find-a-tender-in-three-easy-steps-html for guidance) -Demonstrate economic and financial standing, including minimum turnover, credit rating, operating margin, and net worth as specified in the procurement documents. -Hold or commit to obtain required insurance levels prior to contract award. Full details will be included within the ITT documentation."
},
{
"type": "technical",
"description": "Suppliers must meet conditions of participation through the completion of the Procurement Specific Questionnaire including: Provide evidence of relevant technical ability, including, where available, contract examples and required accreditations. Ensure any associated persons or subcontractors relied upon also meet these requirements and submit information as required. Full details and assessment criteria are set out in the Procurement Specific Questionnaire and Invitation to Tender documents. Full details will be included within the ITT documentation."
},
{
"type": "economic",
"description": "Suppliers must meet conditions of participation through the completion of the Procurement Specific Questionnaire including: -Registration on the Central Digital Platform and submit core supplier information. (Please see: https://www.gov.uk/government/publications/procurement-act-2023-short-guides/suppliers-how-to-register-your-organisation-and-first-administrator-on-find-a-tender-in-three-easy-steps-html for guidance) -Demonstrate economic and financial standing, including minimum turnover, credit rating, operating margin, and net worth as specified in the procurement documents. -Hold or commit to obtain required insurance levels prior to contract award. Full details will be included within the ITT documentation."
},
{
"type": "technical",
"description": "Suppliers must meet conditions of participation through the completion of the Procurement Specific Questionnaire including: Provide evidence of relevant technical ability, including, where available, contract examples and required accreditations. Ensure any associated persons or subcontractors relied upon also meet these requirements and submit information as required. Full details and assessment criteria are set out in the Procurement Specific Questionnaire and Invitation to Tender documents. Full details will be included within the ITT documentation."
}
]
},
"renewal": {
"description": "The period of up to three (3) years from the end of the Initial Term, which the Authority may elect to invoke for up to three (3) additional periods of up to twelve (12) months"
},
"hasOptions": true,
"options": {
"description": "Amendments to immigration and nationality rules, policy, or other legislation Introduction of new test types beyond the English Language Test (ELT) Adoption of new technology or digital delivery methods Changes to the scope of countries or customer groups covered Service improvements identified during the contract term Responses to new or evolving fraud threats Adjustments due to global or country-specific political or socio-economic events Collaboration with other Government Departments Changes to regulated fee arrangements or other fee structures Modifications to Added Value Services (AVS), including services offered, controls, reporting, and remuneration Commercialisation of ELT or related services Additional changes required to ensure continued compliance, innovation, and service quality."
}
}
],
"communication": {
"futureNoticeDate": "2025-08-04T23:59:59+01:00"
},
"status": "active",
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The procurement will follow a staged process as set out in the Invitation to Tender (ITT): Qualification Envelope (Procurement Specific Questionnaire) -Suppliers submit responses to mandatory pass/fail questions and selection criteria. -Only suppliers who pass all mandatory criteria progress to the next stage. Initial Tender Submission -Qualified suppliers submit full tenders, including technical and commercial responses. -Tenders are checked for completeness, compliance, and acceptance of contract terms. Technical Evaluation -Technical responses are assessed by an Evaluation Panel using published scoring criteria. -Minimum performance thresholds apply to critical questions. Moderation and Shortlisting -Individual scores are moderated to reach consensus. -The Authority reserves the right to shortlist up to seven highest-scoring suppliers (or more in the event of tied scores). Technical Demonstrations (if required) -Shortlisted suppliers may be invited to demonstrate their proposed solutions. -Demonstrations are scored on a pass/fail basis against defined scenarios. Supplier Negotiations (if required) -Unscored negotiation meetings may be held to clarify and refine proposals ahead of final submissions. Best and Final Offer (BAFO) Submission -Remaining suppliers submit updated technical and commercial responses. -Changes must be clearly tracked and highlighted. Final Evaluation and Moderation -BAFO responses are evaluated and moderated using the same criteria as initial tenders. -Minimum performance thresholds apply. Award Decision -The Most Advantageous Tender is determined using a Weighted Value for Money Index (WVFMI), combining quality (60%) and price (40%). -Notification of award is issued via Jaggaer, followed by an 8-day standstill period. The indicitive procurement timeline is as follows. Please note that this will be superceded by the timeline included within the ITT Instructions to Suppliers: Issue of Tender Notice: 28 November 2025 Clarification window for Qualification phase closes: 15 December 2025 Procurement Specific Questionnaire (PSQ) Submission Deadline: 12.00 noon, 12 January 2026 PSQ Outcome communicated to Suppliers: 29 January 2026 Clarification window closes for Initial Tender phase: 16 February 2026 Initial Tender submission deadline: 12.00 noon, 2 March 2026 Initial Tender outcome communicated: 30 April 2026 Technical Demonstrations: May 2026 Negotiation Meetings: June 2026 Invitation to submit Best and Final Offer (BAFO): 29 June 2026 Clarification window closes for BAFO phase: 9 July 2026 BAFO submission deadline: 12.00 noon, 20 July 2026 Intention to award notification: November 2026 Contract award: November 2026 Implementation period begins: December 2026 The Authority reserves the right to amend, vary, or withdraw any aspect of this procurement process at any time, including but not limited to the structure, stages, timelines, and evaluation methodology. Any such changes will be communicated to all participating suppliers in a timely and transparent manner."
},
"submissionMethodDetails": "All submissions will be completed through the Jaggaer portal, for which you can login here: https://homeoffice.app.jaggaer.com/web/login.html If you have not yet registered on Jaggaer, this can also be done online through the above link and clicking on 'To register click here'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering. Once you have registered on the eSourcing Portal, you can request access to the NDA, by emailing HOELT2024@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. Once you have submitted a signed NDA you will be given access to the documents for the first stage of the procurement. For 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"
]
},
"tenderPeriod": {
"endDate": "2026-01-19T12:00:00+00:00"
},
"enquiryPeriod": {
"endDate": "2026-01-14T10:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-11-16T23:59:59+00:00"
},
"lotDetails": {
"noLotsDivisionRationale": "Opportunities to divide the contract into lots were carefully considered. This included careful consideration of feedback received from the market during five rounds of market engagement where the market, which supported the decision to consolidate. Various lotting scenarios based on expertise and geography were tested through Market Engagement and further Internal Options Analysis. A decision was taken to award the contract under a single lot primarily due to: -The requirement to improve consistency across the service. -Confirmation received through Market Engagement that there was existing market capability to deliver the full service under one single contract. -While the contract is not being divided into lots, there are likely to be opportunities for SME to participate in collaborative bids."
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "The Authority will be sharing the NDA for the procurement via Jaggaer. Once the NDA is signed, the Authority will share Tender documents. Documents that will be available for download will include: i) the Procurement Specific Questionnaire (Appendix 1), used for gathering information to qualify Suppliers for further evaluation; ii) the Contract (Appendix 2), this is the draft Contract, including the service description, Key Performance Indicators, and implementation schedules; iii) the Quality Questionnaire (Appendix 3), that will be used to assess Suppliers' technical capability. iv) the Financial Pricing Model (Appendix 4), that will be used to assess Suppliers' commercial proposals; v) the Non-Collusion Certificate (Appendix 5), a certificate provided for Suppliers' declaration of bidding in good faith; vi) the Clarification Questions Template (Appendix 6), a template for submitting clarification questions on any aspect of the procurement vii) supporting documentation held within the Data Room The Authority reserves the right to amend, vary, or withdraw any aspect of this procurement process at any time, including but not limited to the structure, stages, timelines, and evaluation methodology. Any such changes will be communicated to all participating suppliers in a timely and transparent manner."
},
{
"id": "078044-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/078044-2025",
"datePublished": "2025-11-28T12:12:09Z",
"format": "text/html"
},
{
"id": "081068-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/081068-2025",
"datePublished": "2025-12-09T14:12:10Z",
"format": "text/html"
},
{
"id": "001241-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/001241-2026",
"datePublished": "2026-01-07T17:22:40Z",
"format": "text/html"
},
{
"id": "001247-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/001247-2026",
"datePublished": "2026-01-07T17:47:24Z",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2032-12-01T23:59:59+00:00"
},
{
"startDate": "2032-12-01T23:59:59+00:00"
},
{
"startDate": "2032-12-01T23:59:59+00:00"
},
{
"startDate": "2032-12-01T23:59:59+00:00"
}
]
}
},
"language": "en"
}