Notice Information
Notice Title
HMPO Document Management Services
Notice 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
Lot Information
Lot 1
Renewal: The 3-year extension will be broken down into three separate extension options of +1, +1 and +1.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-050bcd
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/036185-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
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
72000000 - IT services: consulting, software development, Internet and support
75000000 - Administration, defence and social security services
75100000 - Administration services
75110000 - General public services
75112000 - Administrative services for business operations
75120000 - Administrative services of agencies
79000000 - Business services: law, marketing, consulting, recruitment, printing and security
79500000 - Office-support services
79560000 - Filing services
79900000 - Miscellaneous business and business-related services
Notice Value(s)
- Tender Value
- £140,000,000 £100M-£1B
- Lots Value
- £140,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 30 Jun 20257 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- 25 Jun 2025Expired
- Award Date
- Not specified
- Contract Period
- 13 Nov 2026 - 12 Nov 2030 4-5 years
- Recurrence
- Not specified
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
- dhcr@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
- Not specified
-
- 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/036185-2025
30th June 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/018586-2025
1st May 2025 - Planned procurement 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-050bcd-2025-06-30T15:33:39+01:00",
"date": "2025-06-30T15:33:39+01:00",
"ocid": "ocds-h6vhtk-050bcd",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "018586-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/018586-2025",
"datePublished": "2025-05-01T17:12:33+01:00",
"format": "text/html"
}
]
},
"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": "DHCR@homeoffice.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/home-office",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PWGC-6513-PQLZ",
"name": "Home Office"
},
"tender": {
"id": "ocds-h6vhtk-050bcd",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "HMPO Document Management Services",
"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",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75112000",
"description": "Administrative services for business operations"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "75000000",
"description": "Administration, defence and social security services"
},
{
"scheme": "CPV",
"id": "75100000",
"description": "Administration services"
},
{
"scheme": "CPV",
"id": "75110000",
"description": "General public services"
},
{
"scheme": "CPV",
"id": "75120000",
"description": "Administrative services of agencies"
},
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
},
{
"scheme": "CPV",
"id": "79500000",
"description": "Office-support services"
},
{
"scheme": "CPV",
"id": "79560000",
"description": "Filing services"
},
{
"scheme": "CPV",
"id": "79900000",
"description": "Miscellaneous business and business-related services"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 140000000,
"amount": 140000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "There will be five stages for the Competitive Flexible Procedure: 1. Conditions of Participation - 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. 2. Dialogue - 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. 3. Invitation To Tender (ITT) - 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. 4. Negotiation - Down selected Bidders will be invited to commercial negotiation sessions with the Authority focussed on pre-selected elements of bids. 5. Best and Final Offer (BAFO) - Following the Negotiation stage, Bidders will be invited to submit a BAFO. Following this stage, the winning Bidder will be awarded. The information provided here is for transparency and based on latest available information but may be subject to changes during the procurement."
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"coveredBy": [
"GPA",
"CPTPP"
],
"submissionTerms": {
"languages": [
"en"
],
"electronicSubmissionPolicy": "allowed"
},
"expressionOfInterestDeadline": "2025-07-30T23:59:00+01:00",
"awardPeriod": {
"endDate": "2026-10-16T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 140000000,
"amount": 140000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Weighted Value for Money Index",
"description": "The Quality weighting includes 10% for Social Value.",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Weighted Value for Money Index",
"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.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"contractPeriod": {
"startDate": "2026-11-13T00:00:00+00:00",
"endDate": "2030-11-12T23:59:59+00:00",
"maxExtentDate": "2033-11-12T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "The 3-year extension will be broken down into three separate extension options of +1, +1 and +1."
}
}
],
"communication": {
"futureNoticeDate": "2025-06-25T23:59:59+01:00"
},
"submissionMethodDetails": "All submissions will be completed through the Jaggaer portal, for which you 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 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. 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).",
"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's contract management resource capability."
},
"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 five documents as part of the first stage of the procurement, the Conditions of Participation: 1. Appendix 1 - PSQ Instructions This sets out the instructions for the Conditions of Participation stage and provides an overview of the overall procurement timeline. 2. Appendix 2 - Supplier Briefing Document - PSQ This 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. 3. Appendix 3 - Procurement Specific Questionnaire The 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. 4. Appendix 4 - Financial Viability Risk Assessment Tool The 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. 5. Appendix 5 - Clarification Questions Template This template will be used for any questions that Bidders have during the Conditions of Participation stage. Documents 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."
},
{
"id": "036185-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/036185-2025",
"datePublished": "2025-06-30T15:33:39+01:00",
"format": "text/html"
}
]
},
"language": "en"
}