Home Office English Language Testing (HOELT) Services

A Tender Notice
by HOME OFFICE

Source
Find a Tender
Type
Contract (Services)
Duration
5 year
Value
£680M
Sector
TECHNOLOGY
Published
28 Nov 2025
Delivery
01 Dec 2026 to 30 Nov 2031
Deadline
12 Jan 2026 12:00

Related Terms

Location

Geochart for 1 buyers and 0 suppliers

1 buyer

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 HOELTs shall be available in two formats: 2-Facet: Speaking and Listening (A1 and A2) 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.

Renewal Options

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

Award Criteria

Ways of working Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%
The English Language Test (ELT) Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%
Identity Verification Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%
Appointment Booking Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%
Fee Handling Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%
Added Value Service (AVS) Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%
Test Delivery Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%
Technology Design & Architecture Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 3%
Artificial Intelligence (AI) Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%
Customer support Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%
Integrity Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%
Security Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 4%
Incident management Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 3%
Audits Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%
Marking and Results Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 3%
Performance Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%
Customer insight Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 1%
Implementation Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 6%
Testing Procedures Suppliers will be required to respond to a question within the Quality Questionnaire scored on a 0-10 scale and weighted at 2%
Social Value 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%
Price Supplier's total Bid price.

CPV Codes

  • 75131100 - General personnel services for the government
  • 48190000 - Educational software package
  • 72000000 - IT services: consulting, software development, Internet and support
  • 72212190 - Educational software development services
  • 75110000 - General public services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 32270000 - Digital transmission apparatus
  • 72222300 - Information technology services

Indicators

  • This is a recurring contract.
  • Options are available.
  • Renewals are available.

Other Information

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 ** PREVIEW NOTICE, please check Find a Tender for full details. **

Reference

  • ocds-h6vhtk-0500b5
  • FTS 078044-2025

Domains