Tender

Reports Services Commissioned Through HMPPS Psychology Services Group (PSG)

MINISTRY OF JUSTICE

This public procurement record has 5 releases in its history.

Tender

21 Oct 2025 at 16:28

PlanningUpdate

03 Sep 2025 at 11:31

PlanningUpdate

22 Aug 2025 at 11:31

Planning

23 Jul 2025 at 14:22

Planning

20 May 2025 at 16:18

Summary of the contracting process

The Ministry of Justice is currently at the tender stage for a significant procurement titled "Reports Services Commissioned Through HMPPS Psychology Services Group (PSG)", focused on psychology report services within the criminal justice sector. This open procedure seeks to establish a multi-supplier framework agreement for a duration of 5 years, with services to be delivered primarily across the UK, including prisons and possibly extending to Scotland and Northern Ireland. The closing date for tender submissions is set for 28th November 2025, and queries can be submitted until 17th November 2025. This opportunity falls within the industry category of services related to the detention or rehabilitation of criminals, with an estimated contract value of £20.4 million gross.

This procurement offers substantial growth opportunities for businesses, particularly those specialising in psychological and therapeutic services related to offender management. Organisations experienced in delivering psychological assessments and consultancy services in forensic settings, and those capable of handling subcontractor compliance requirements, would find this tender particularly beneficial. Small and medium-sized enterprises (SMEs) and voluntary, community and social enterprises (VCSEs) are encouraged to participate, as the framework intends to accommodate up to ten suppliers, awarding via competitive mini-bids. Companies with Cyber Essentials certification and capacity to operate within the specified regions will have a strategic advantage.

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

Reports Services Commissioned Through HMPPS Psychology Services Group (PSG)

Notice Description

HM Prisons and Probation Service (HMPPS), as part of the justice system, plays a crucial role in society. HMPPS protects the public, maintains safe and secure prisons and reduces the risk that people will reoffend. We work together to help people to live law abiding and positive lives. HMPPS delivers the government's vision and investment to make prisons places of safety and reform and to ensure probation services support the rehabilitation of offenders while protecting the public. We provide safe and supportive environments, where people work through the reasons that caused them to offend and prepare for a more positive future. The Psychology Services Group (PSG) provide evidence-based, psychological, and therapeutic services to support people in custody and on probation aimed at reducing their risk of harm and reoffending. Staff provide a HMPPS-wide specialist service and defensible evidence to support decision-making and influence operational policy at a National, Regional, and local level. Psychological services are largely broken down into assessment, intervention, training, research/projects, and consultancy advice and support. This specific requirement is for suitably qualified and experienced Registered Forensic Psychologists (with at least 2 years post qualification experience) to provide Psychology Report Services for Offenders. Services will be required on both a regular and ad-hoc basis to support work usually undertaken by HMPPS staff. The Reports Services requirement includes delivery of the following: a. Psychology Risk Assessments (PRAs) b. Responsivity and Suitability Assessments c. Case Reviews HMPPS require the ability to procure these services to support the internal capacity to deliver and the Authority intends to establish a multi-supplier Framework with a duration of 5 years for delivery of these services. The maximum number of suppliers on the Framework will be ten (10), however, in the instance that more than one supplier achieving the same overall score during evaluation takes the number of suppliers above ten (10), the Authority will apply a sequencial tie-breaker process. The services will be delivered nationally across HMPPS Public Sector settings primarily in Prisons, and there may on occasion be a requirement for delivery in Non-HMPPS Service Delivery Sites (including Northern Ireland and Scotland). The requirement for these services will vary over time in volume and frequency and any volumes provided in relation to this requirement are based upon historical figures and are provided for indicative purposes only. There are no guaranteed volumes for the services required. All Psychology Report Services commissioned by HMPPS Psychology Services must meet the required Quality Standards set by the process relevant to the type of Report (e.g. Parole Board, MAPPA, internal guidance documents), and adherence to the relevant HMPPS Policies and Frameworks.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05197f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/067266-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
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

75 - Administration, defence and social security services


CPV Codes

75231200 - Services related to the detention or rehabilitation of criminals

Notice Value(s)

Tender Value
£17,000,000 £10M-£100M
Lots Value
£17,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Oct 20254 months ago
Submission Deadline
28 Nov 2025Expired
Future Notice Date
8 Sep 2025Expired
Award Date
Not specified
Contract Period
7 Jun 2026 - 7 Jun 2031 Over 5 years
Recurrence
Not specified

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
Not specified
Contact Email
mojprocurement.off@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
TLM Scotland, TLN Northern Ireland

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

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-05197f-2025-10-21T17:28:30+01:00",
    "date": "2025-10-21T17:28:30+01:00",
    "ocid": "ocds-h6vhtk-05197f",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "023482-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/023482-2025",
                "datePublished": "2025-05-20T17:18:21+01:00",
                "format": "text/html"
            },
            {
                "id": "042453-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/042453-2025",
                "datePublished": "2025-07-23T15:22:37+01:00",
                "format": "text/html"
            },
            {
                "id": "050865-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/050865-2025",
                "datePublished": "2025-08-22T12:31:47+01:00",
                "format": "text/html"
            },
            {
                "id": "053518-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/053518-2025",
                "datePublished": "2025-09-03T12:31:08+01:00",
                "format": "text/html"
            }
        ]
    },
    "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": {
                "email": "MoJProcurement.Off@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"
    },
    "tender": {
        "id": "Prj_14411",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Reports Services Commissioned Through HMPPS Psychology Services Group (PSG)",
        "description": "HM Prisons and Probation Service (HMPPS), as part of the justice system, plays a crucial role in society. HMPPS protects the public, maintains safe and secure prisons and reduces the risk that people will reoffend. We work together to help people to live law abiding and positive lives. HMPPS delivers the government's vision and investment to make prisons places of safety and reform and to ensure probation services support the rehabilitation of offenders while protecting the public. We provide safe and supportive environments, where people work through the reasons that caused them to offend and prepare for a more positive future. The Psychology Services Group (PSG) provide evidence-based, psychological, and therapeutic services to support people in custody and on probation aimed at reducing their risk of harm and reoffending. Staff provide a HMPPS-wide specialist service and defensible evidence to support decision-making and influence operational policy at a National, Regional, and local level. Psychological services are largely broken down into assessment, intervention, training, research/projects, and consultancy advice and support. This specific requirement is for suitably qualified and experienced Registered Forensic Psychologists (with at least 2 years post qualification experience) to provide Psychology Report Services for Offenders. Services will be required on both a regular and ad-hoc basis to support work usually undertaken by HMPPS staff. The Reports Services requirement includes delivery of the following: a. Psychology Risk Assessments (PRAs) b. Responsivity and Suitability Assessments c. Case Reviews HMPPS require the ability to procure these services to support the internal capacity to deliver and the Authority intends to establish a multi-supplier Framework with a duration of 5 years for delivery of these services. The maximum number of suppliers on the Framework will be ten (10), however, in the instance that more than one supplier achieving the same overall score during evaluation takes the number of suppliers above ten (10), the Authority will apply a sequencial tie-breaker process. The services will be delivered nationally across HMPPS Public Sector settings primarily in Prisons, and there may on occasion be a requirement for delivery in Non-HMPPS Service Delivery Sites (including Northern Ireland and Scotland). The requirement for these services will vary over time in volume and frequency and any volumes provided in relation to this requirement are based upon historical figures and are provided for indicative purposes only. There are no guaranteed volumes for the services required. All Psychology Report Services commissioned by HMPPS Psychology Services must meet the required Quality Standards set by the process relevant to the type of Report (e.g. Parole Board, MAPPA, internal guidance documents), and adherence to the relevant HMPPS Policies and Frameworks.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75231200",
                        "description": "Services related to the detention or rehabilitation of criminals"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKN",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKM",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKM",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKN",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKM",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKN",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKM",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKN",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 20400000,
            "amount": 17000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-06-08T00:00:00+01:00",
                    "endDate": "2031-06-07T23:59:59+01:00"
                },
                "status": "active",
                "value": {
                    "amountGross": 20400000,
                    "amount": 17000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Bidders who successfully pass the PSQ (Qualification Envelope) stage will be evaluated against the Technical Envelope criteria.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As determined in the Project Specific Questionnaire (PSQ) and Instructions to Bidders."
                        },
                        {
                            "type": "technical",
                            "description": "As determined in the Project Specific Questionnaire (PSQ) and Instructions to Bidders."
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-09-08T23:59:59+01:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "description": "Work will be awarded under the Framework through competitive mini bids in accordance with the processes detailed in the tender / draft Contract. Some automation and development of the process may take place over the Framework term.",
                "maximumParticipants": 10,
                "method": "withReopeningCompetition",
                "type": "closed"
            }
        },
        "submissionMethodDetails": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-11-28T12:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-11-17T12:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-04-13T23:59:59+01:00"
        },
        "participationFees": [
            {
                "id": "ocds-h6vhtk-05197f",
                "type": [
                    "win"
                ],
                "description": "N/A"
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "067266-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/067266-2025",
                "datePublished": "2025-10-21T17:28:30+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}