Tender

Court Appointed Intermediary Services - Framework Re-Opening October 2025

MINISTRY OF JUSTICE

This public procurement record has 1 release in its history.

Tender

13 Apr 2026 at 09:39

Summary of the contracting process

The Ministry of Justice (MoJ) has initiated a procurement process for the provision of Court Appointed Intermediary Services, under the light touch regime similar to an open procedure. This tender offers opportunities across England, Wales, and Scotland, focusing on law-courts-related administrative services. Key locations include London, the Midlands, and other regions across the United Kingdom. The tender, titled "Court Appointed Intermediary Services - Framework Re-Opening October 2025," is open for submissions with a tender closing date of 27th April 2026. The contract period is expected to commence on 20th July 2026 and conclude by 31st March 2029. The procurement method is open procedure, and the process is regulated under the UK's Public Contracts Regulations 2015 (PCRs).

This tender presents a strategic opportunity for small and medium-sized enterprises (SMEs) and voluntary, community and social enterprises (VCSEs) to expand their business by joining either the Managed & Approved Service Provider framework or the Approved Service Provider framework. Businesses suited for this tender should have capabilities in managing bookings, recruiting, and training intermediaries who specialise in supporting vulnerable court participants. This re-opening of the dynamic frameworks allows for multiple service providers to participate, fostering potential growth and diversification within the law-related administrative services sector. Consideration for joining these frameworks can significantly enhance a company's reach and influence within the UK judicial support system.

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

Notice Title

Court Appointed Intermediary Services - Framework Re-Opening October 2025

Notice Description

This notice relates to the re-opening of framework agreements originally awarded following a procurement exercise conducted under the light tough regime, following a process similar to the open procedure. The Ministry of Justice (MoJ) is inviting tenders for the provision of Court Appointed Intermediary Services (CAIS), to support vulnerable defendants in the criminal jurisdiction and vulnerable parties and witnesses in the civil, family and tribunal jurisdictions. These services will be provided in courts and tribunals in England and Wales and tribunals in Scotland. Intermediaries facilitate impartial communication to enable complete, coherent and accurate communication between vulnerable people and the courts/tribunals. Intermediaries may be instructed to provide an assessment of a person's communication needs, and provide recommendations on measures that could be put in place by the court to support vulnerable people, young people, children and other individuals who may need assistance during court proceedings. The intermediary may also be required to attend hearings to provide such assistance and support. For the avoidance of doubt, the MoJ is only seeking tenders in relation to intermediary services that currently fall outside the remit of the MoJ Witness Intermediary Scheme (MoJ WIS). All requests for intermediary support for witnesses in criminal cases will continue to be managed via the MoJ WIS. Additional information: The MoJ invites tenders for Court Appointed Intermediary Services to support two existing framework agreements: the Managed & Approved Service Provider framework (MASP), and the Approved Service Provider framework (ASP). The MASP framework seeks providers with the ability to manage multiple simultaneous bookings, and the capability to recruit, train and manage intermediaries to support a range of vulnerabilities, for deployment nationally. The ASP framework seeks experienced and qualified intermediaries to support bookings on demand. There is no limit to the number of service providers awarded a place on either framework, however a service provider may not hold a place on both the MASP and ASP frameworks simultaneously. The MoJ is managing this procurement in accordance with its general obligations under UK law and specifically in accordance with the Public Contracts Regulations 2015 (PCRs) and the Light Touch Regime contained within Regulations 74 to 77. The framework agreements are dynamic frameworks and a hybrid of a framework agreement and dynamic purchasing system. As such, the framework agreements will be re-opened at six month intervals for the admission of new service providers who qualify against the selection and award criteria outlined in the procurement documents.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-36187262-bd19-48a1-b887-b46649e2ec3a
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/df39b405-3280-4aa2-89e9-0b9c7ad585c3
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Dynamic, Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

75 - Administration, defence and social security services


CPV Codes

75231100 - Law-courts-related administrative services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Apr 20261 weeks ago
Submission Deadline
27 Apr 20261 day to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
19 Jul 2026 - 31 Mar 2029 2-3 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLI London, TLJ South East (England), TLK South West (England), TLL Wales, TLM Scotland

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-b5fd17-36187262-bd19-48a1-b887-b46649e2ec3a-2026-04-13T10:39:19+01:00",
    "date": "2026-04-13T10:39:19+01:00",
    "ocid": "ocds-b5fd17-36187262-bd19-48a1-b887-b46649e2ec3a",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_176932/1566813",
        "title": "Court Appointed Intermediary Services - Framework Re-Opening October 2025",
        "description": "This notice relates to the re-opening of framework agreements originally awarded following a procurement exercise conducted under the light tough regime, following a process similar to the open procedure. The Ministry of Justice (MoJ) is inviting tenders for the provision of Court Appointed Intermediary Services (CAIS), to support vulnerable defendants in the criminal jurisdiction and vulnerable parties and witnesses in the civil, family and tribunal jurisdictions. These services will be provided in courts and tribunals in England and Wales and tribunals in Scotland. Intermediaries facilitate impartial communication to enable complete, coherent and accurate communication between vulnerable people and the courts/tribunals. Intermediaries may be instructed to provide an assessment of a person's communication needs, and provide recommendations on measures that could be put in place by the court to support vulnerable people, young people, children and other individuals who may need assistance during court proceedings. The intermediary may also be required to attend hearings to provide such assistance and support. For the avoidance of doubt, the MoJ is only seeking tenders in relation to intermediary services that currently fall outside the remit of the MoJ Witness Intermediary Scheme (MoJ WIS). All requests for intermediary support for witnesses in criminal cases will continue to be managed via the MoJ WIS. Additional information: The MoJ invites tenders for Court Appointed Intermediary Services to support two existing framework agreements: the Managed & Approved Service Provider framework (MASP), and the Approved Service Provider framework (ASP). The MASP framework seeks providers with the ability to manage multiple simultaneous bookings, and the capability to recruit, train and manage intermediaries to support a range of vulnerabilities, for deployment nationally. The ASP framework seeks experienced and qualified intermediaries to support bookings on demand. There is no limit to the number of service providers awarded a place on either framework, however a service provider may not hold a place on both the MASP and ASP frameworks simultaneously. The MoJ is managing this procurement in accordance with its general obligations under UK law and specifically in accordance with the Public Contracts Regulations 2015 (PCRs) and the Light Touch Regime contained within Regulations 74 to 77. The framework agreements are dynamic frameworks and a hybrid of a framework agreement and dynamic purchasing system. As such, the framework agreements will be re-opened at six month intervals for the admission of new service providers who qualify against the selection and award criteria outlined in the procurement documents.",
        "datePublished": "2026-04-13T10:39:19+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "75231100",
            "description": "Law-courts-related administrative services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "North East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Scotland",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Wales",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2026-04-27T17:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2026-07-20T00:00:00+01:00",
            "endDate": "2029-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/df39b405-3280-4aa2-89e9-0b9c7ad585c3",
                "datePublished": "2026-04-13T10:39:19+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-183111",
            "name": "Ministry of Justice",
            "identifier": {
                "legalName": "Ministry of Justice"
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "London",
                "postalCode": "SW1H 9AJ",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Commercial",
                "email": "HMCTSCommercial@justice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-183111",
        "name": "Ministry of Justice"
    }
}