Tender

OPG Deputyship and Guardianship Surety Bonds

MINISTRY OF JUSTICE

This public procurement record has 6 releases in its history.

Tender

20 Oct 2025 at 15:23

PlanningUpdate

02 Oct 2025 at 10:44

PlanningUpdate

09 Sep 2025 at 10:21

Planning

20 Aug 2025 at 13:55

Planning

23 May 2025 at 12:25

Planning

01 May 2025 at 16:12

Summary of the contracting process

The Ministry of Justice is currently inviting tenders for the provision of surety bonds services, specifically for Deputyship and Guardianship Surety Bonds. This procurement project is active and aims to secure a sole supplier responsible for the comprehensive administration of these bonds. The tender is classified under insurance services, with an estimated value of £19,785,973 GBP. Located in London, this procurement follows an open procedure and is situated within the UK region. Prospective suppliers can access the details and submit their applications via the Ministry's E-Sourcing Portal, Jaggaer. Key dates include a submission deadline on 21st November 2025, and the contract award is expected by 19th January 2026, with the contracted services intended to commence by 29th July 2026 through 28th July 2032.

This tender presents a substantial opportunity for businesses specialising in financial and insurance services, particularly those with expertise in managing surety bonds. It is well-suited for enterprises that can ensure compliance with statutory obligations and deliver high-quality service management, including customer support and contract management. The focus on identifying a value-for-money proposal through a Most Advantageous Tender approach suggests that competitive pricing combined with high standards of service delivery will be critical for successful bids. Businesses with a robust track record in the insurance domain, especially SMEs, are encouraged to consider this lucrative tender to expand their operations within governmental frameworks.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

OPG Deputyship and Guardianship Surety Bonds

Notice Description

The Authority is launching a tender to procure the provision of a service for surety bonds, for both deputy and guardianship bonds. The Surety Bonds requirement exists to safeguard individuals for whom a Deputy or Guardian has been appointed. In most cases, the Court of Protection requires Deputies or Guardians to provide a form of 'security' - a safeguard designed to protect the financial interests of individuals who lack capacity or who are missing. This security is typically provided in the form of a Surety Bond, which is guaranteed by an insurance company and remains standard practice under current legal arrangements. The requirement is for a sole supplier to deliver the Surety Bonds for Deputies and Guadian's consisting of: Responsible and accountable for the end-to-end provision, administration and management of all Surety Bonds Compliant with statutory obligations . If you are interested in this opportunity, suppliers are strongly encouraged to familiarise themselves with the guidance on registering for and using the Central Digital Platform (CDP), available via Information and guidance for suppliers - GOV.UK. Full tender documentation and submission instructions will be available when the Invitation to Tender (ITT) is formally launched. If any Concessionaire within the Technical questons receives a score of 0, or more than two scores of 1 on any questions will not be considered further. The Concessionaire's responses to the Technical Questions (excluding the two Social Value questions) must achieve a minimum quality threshold of 55% of the total technical score to progress to the next stage. The Authority will assess all Tenders in order to identify the Supplier which has submitted the Most Advantageous Tender. Most Advantageous Tender (MAT) means the Tender that offers the best value for money based on the evaluation assessment criteria. The assessment criteria chosen to determine the MAT is Price Per Quality Point ("PPQP"). The information set out in this notice, including the nature and scope of the requirement, estimated values, and CPV classifications, is provided for guidance and may be subject to change. The Authority reserves the right to amend the procurement approach or requirements at any stage and is not bound to enter into any contract as a result of this notice.

Planning Information

The OPG and COP Guardianship and Deputy Surety Bonds Market Engagement Webinar will be held via Teams at 3.00pm on 22 May 2025. The Webinar presentation will last approximately 35 minutes with 20 minutes for Q&A following the presentation. The presentation Webinar will be presented by OPG, COP and MoJ. Please register your interest via 'PQQ_494 OPG Guardianship and Deputy Surety Bonds in the MoJ Jaggaer Portal by no later than 2.00pm on 16 May 2025. Please send a message through PQQ_494 requesting attendance at the Preliminary Market Engagement Webinar event. Please include the following detail in your message Full names of those attending Company/organisation name Contact details – email and phone number If you would like to ask any questions prior to the event please send these through PQQ_494 and we will do our best to cover them at the event. We may follow up with further market engagment after the event. If you do not already have a Jaggaer account please register to create an account via the following link - https://ministryofjusticecommercial.bravosolution.co.uk/ If you have any issues registering, please contact 0845 0100 132 or email esourcing@justice.gov.uk *MoJ Commercial is facilitating this procurement on behalf of OPG This notice is for Information only and the Authority reserves the right to not proceed to tender. Additionally the Authority reserves the right to discontinue the tender process and not to award the contract. The information contained in this notice, including information relating to the nature and scope of the requirements, the estimated value, the service classification of this requirement or the list of CPV codes, is only indicative of current thinking and is neither exhaustive nor binding, and the Authority reserves the right at its absolute discretion to amend it at the time of issue or any further notices or at any other time. The publication of this notice in no way obliges the Authority to commence any competitive tender process. The Authority is not/shall not be liable for any costs incurred by those expressing an interest in participating in this market engagement exercise. Any contracts are subject to the relevant legal and Cabinet Office controls and policies. The Authority reserves the right to source items included through other means (e.g. an existing contract or framework).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050bce
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/066843-2025
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
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

66 - Financial and insurance services


CPV Codes

66510000 - Insurance services

Notice Value(s)

Tender Value
£16,488,311 £10M-£100M
Lots Value
£16,488,311 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Oct 20254 months ago
Submission Deadline
21 Nov 2025Expired
Future Notice Date
16 Oct 2025Expired
Award Date
Not specified
Contract Period
28 Jul 2026 - 28 Jul 2032 Over 5 years
Recurrence
2031-09-20

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE
Contact Name
Rachael Davey
Contact Email
commercialfinancialservices@justice.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1H 9AJ
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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-050bce-2025-10-20T16:23:54+01:00",
    "date": "2025-10-20T16:23:54+01:00",
    "ocid": "ocds-h6vhtk-050bce",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PDNN-2773-HVYN",
            "name": "Ministry of Justice",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PDNN-2773-HVYN"
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "London",
                "postalCode": "SW1H 9AJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "name": "Rachael Davey",
                "email": "CommercialFinancialServices@justice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-justice/about/procurement",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PDNN-2773-HVYN",
        "name": "Ministry of Justice"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The OPG and COP Guardianship and Deputy Surety Bonds Market Engagement Webinar will be held via Teams at 3.00pm on 22 May 2025. The Webinar presentation will last approximately 35 minutes with 20 minutes for Q&A following the presentation. The presentation Webinar will be presented by OPG, COP and MoJ. Please register your interest via 'PQQ_494 OPG Guardianship and Deputy Surety Bonds in the MoJ Jaggaer Portal by no later than 2.00pm on 16 May 2025. Please send a message through PQQ_494 requesting attendance at the Preliminary Market Engagement Webinar event. Please include the following detail in your message Full names of those attending Company/organisation name Contact details - email and phone number If you would like to ask any questions prior to the event please send these through PQQ_494 and we will do our best to cover them at the event. We may follow up with further market engagment after the event. If you do not already have a Jaggaer account please register to create an account via the following link - https://ministryofjusticecommercial.bravosolution.co.uk/ If you have any issues registering, please contact 0845 0100 132 or email esourcing@justice.gov.uk *MoJ Commercial is facilitating this procurement on behalf of OPG This notice is for Information only and the Authority reserves the right to not proceed to tender. Additionally the Authority reserves the right to discontinue the tender process and not to award the contract. The information contained in this notice, including information relating to the nature and scope of the requirements, the estimated value, the service classification of this requirement or the list of CPV codes, is only indicative of current thinking and is neither exhaustive nor binding, and the Authority reserves the right at its absolute discretion to amend it at the time of issue or any further notices or at any other time. The publication of this notice in no way obliges the Authority to commence any competitive tender process. The Authority is not/shall not be liable for any costs incurred by those expressing an interest in participating in this market engagement exercise. Any contracts are subject to the relevant legal and Cabinet Office controls and policies. The Authority reserves the right to source items included through other means (e.g. an existing contract or framework).",
                "dueDate": "2025-06-02T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "018587-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/018587-2025",
                "datePublished": "2025-05-01T17:12:34+01:00",
                "format": "text/html"
            },
            {
                "id": "026322-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/026322-2025",
                "datePublished": "2025-05-23T13:25:44+01:00",
                "format": "text/html"
            },
            {
                "id": "050233-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/050233-2025",
                "datePublished": "2025-08-20T14:55:27+01:00",
                "format": "text/html"
            },
            {
                "id": "054934-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/054934-2025",
                "datePublished": "2025-09-09T11:21:57+01:00",
                "format": "text/html"
            },
            {
                "id": "061629-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/061629-2025",
                "datePublished": "2025-10-02T11:44:17+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-h6vhtk-050bce",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "OPG Deputyship and Guardianship Surety Bonds",
        "description": "The Authority is launching a tender to procure the provision of a service for surety bonds, for both deputy and guardianship bonds. The Surety Bonds requirement exists to safeguard individuals for whom a Deputy or Guardian has been appointed. In most cases, the Court of Protection requires Deputies or Guardians to provide a form of 'security' - a safeguard designed to protect the financial interests of individuals who lack capacity or who are missing. This security is typically provided in the form of a Surety Bond, which is guaranteed by an insurance company and remains standard practice under current legal arrangements. The requirement is for a sole supplier to deliver the Surety Bonds for Deputies and Guadian's consisting of: Responsible and accountable for the end-to-end provision, administration and management of all Surety Bonds Compliant with statutory obligations . If you are interested in this opportunity, suppliers are strongly encouraged to familiarise themselves with the guidance on registering for and using the Central Digital Platform (CDP), available via Information and guidance for suppliers - GOV.UK. Full tender documentation and submission instructions will be available when the Invitation to Tender (ITT) is formally launched. If any Concessionaire within the Technical questons receives a score of 0, or more than two scores of 1 on any questions will not be considered further. The Concessionaire's responses to the Technical Questions (excluding the two Social Value questions) must achieve a minimum quality threshold of 55% of the total technical score to progress to the next stage. The Authority will assess all Tenders in order to identify the Supplier which has submitted the Most Advantageous Tender. Most Advantageous Tender (MAT) means the Tender that offers the best value for money based on the evaluation assessment criteria. The assessment criteria chosen to determine the MAT is Price Per Quality Point (\"PPQP\"). The information set out in this notice, including the nature and scope of the requirement, estimated values, and CPV classifications, is provided for guidance and may be subject to change. The Authority reserves the right to amend the procurement approach or requirements at any stage and is not bound to enter into any contract as a result of this notice.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "66510000",
                        "description": "Insurance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "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": 19785973,
            "amount": 16488311,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "concession",
            "lightTouch"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-29T00:00:00+01:00",
                    "endDate": "2032-07-28T23:59:59+01:00"
                },
                "status": "active",
                "value": {
                    "amountGross": 19785973,
                    "amount": 16488311,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Implementation",
                            "numbers": [
                                {
                                    "number": 15,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Bond Application & Management",
                            "numbers": [
                                {
                                    "number": 25,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Service Delivery & Customer Support",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Exchange of Information",
                            "numbers": [
                                {
                                    "number": 15,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Contract Management",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Contract Exit",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "The questions within the Procurement Specific Questionnaire relating to Financial Capacity Conditions are listed below: Q13. Are you relying on another Concessionaire to act as a guarantor? If so, please provide their name and evidence of their financial standing. Q14. The Authority will assess your self-certified response using the financial information provided as detailed in the FVRA. Q15. Please confirm whether you already have, or can commit to obtain, prior to the award of the contract, the levels of insurance cover indicated below: a. Employer's (Compulsory) Liability Insurance* = PS5M b. Public Liability Insurance = PS10M c. Professional Indemnity Insurance = PS10M *There is a legal requirement for certain employers to hold Employer's (Compulsory) Liability Insurance of PS5 million as a minimum. See the Health and Safety Executive website for more information: www.hse.gov.uk/pubns/hse39.pdf Q17. Please confirm that you have the human and technical resources to perform and comply with the GDPR Schedule 6 The Contract Terms and Conditions by the award of the contract."
                        },
                        {
                            "type": "technical",
                            "description": "Q18 Relevant experience - Brokerage Requirement As part of the mandatory requirements for this contract, the successful tenderer must have an underwriter in place to facilitate the issuance and management of the OPG Bond. Please confirm you have or will have an underwriter in place at the time of submitting your bid. If yes, provide the underwriters name, contact details, and a brief description of their role in relation to this contract."
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-10-16T23:59:59+01:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "The Ministry of Justice is using the E-Sourcing Portal, Jaggaer, for this procurement which means the ITT is available only in electronic form. To access this procurement opportunity please log on to Jaggaer at https://ministryofjusticecommercial.bravosolution.co.uk/ and search for the ITT using reference ITT_9818 to be able to view the ITT documents and submit a response. If you do not already have a Jaggaer account please register to create an account via the following link - https://ministryofjusticecommercial.bravosolution.co.uk/ If you have any issues registering, please contact 0845 0100 132 or e-mail esourcing@justice.gov.uk. Any queries regarding Jaggaer should be sent to the Authority's Central Support Team (Mon - Fri 08:30 - 17:00) by calling 0845 0100 132 or by emailing: esourcing@justice.gov.uk",
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "electronicSubmissionPolicy": "notAllowed"
        },
        "tenderPeriod": {
            "endDate": "2025-11-21T17:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-01-19T23:59:59+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-11-06T17:00:00+00:00"
        },
        "amendments": [
            {
                "id": "061629-2025",
                "description": "Tender dates have been updated within the Submission."
            }
        ],
        "techniques": {
            "hasElectronicAuction": true
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "066843-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/066843-2025",
                "datePublished": "2025-10-20T16:23:54+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2031-09-20T23:59:59+01:00"
                }
            ]
        }
    },
    "language": "en"
}