Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/067266-2025
21st October 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/053518-2025
3rd September 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/050865-2025
22nd August 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/042453-2025
23rd July 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/023482-2025
20th May 2025 - Pipeline notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}