Tender

OPG Deputyship and Guardianship Surety Bonds

  • Ministry of Justice

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-066843

Procurement identifier (OCID): ocds-h6vhtk-050bce (view related notices)

Published 20 October 2025, 4:23pm



Scope

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.

Total value (estimated)

  • £16,488,311 excluding VAT
  • £19,785,973 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 29 July 2026 to 28 July 2032
  • 6 years

Main procurement category

Services

CPV classifications

  • 66510000 - Insurance services

Contract locations

  • UK - United Kingdom

Participation

Legal and financial capacity conditions of participation

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* = £5M

b. Public Liability Insurance = £10M

c. Professional Indemnity Insurance = £10M

*There is a legal requirement for certain employers to hold Employer's (Compulsory) Liability Insurance of £5 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.

Technical ability conditions of participation

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.

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

6 November 2025, 5:00pm

Tender submission deadline

21 November 2025, 5:00pm

Electronic auction will be used

Yes

Submission address and any special instructions

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

Tenders may be submitted electronically

No

Languages that may be used for submission

English

Award decision date (estimated)

19 January 2026

Recurring procurement

Publication date of next tender notice (estimated): 20 September 2031


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Bond Application & Management Quality 25%
Service Delivery & Customer Support Quality 20%
Implementation Quality 15%
Exchange of Information Quality 15%
Contract Management Quality 10%
Social Value Quality 10%
Contract Exit Quality 5%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Special regime

  • Concession
  • Light touch

Contracting authority

Ministry of Justice

  • Public Procurement Organisation Number: PDNN-2773-HVYN

102 Petty France

London

SW1H 9AJ

United Kingdom

Region: UKI32 - Westminster

Organisation type: Public authority - central government