Award

Prison Democratic Therapeutic Communities - Integrated Quality Audit Processes

MINISTRY OF JUSTICE

This public procurement record has 6 releases in its history.

Award

17 Feb 2026 at 12:17

TenderUpdate

21 Nov 2025 at 16:18

Tender

21 Nov 2025 at 16:14

PlanningUpdate

12 Jun 2025 at 09:35

Planning

02 Jun 2025 at 12:29

Planning

21 May 2025 at 08:55

Summary of the contracting process

The Ministry of Justice, based in London, is overseeing the procurement of services for "Prison Democratic Therapeutic Communities – Integrated Quality Audit Processes." This initiative involves designing, developing, and reviewing audit and quality improvement processes for Democratic Therapeutic Communities (DTCs) within the His Majesty’s Prison and Probation Service. The procurement process has now reached the awarding stage, with the Royal College of Psychiatrists being recognised as a supplier. The key dates include the contract's anticipated start on 1 April 2026, with a potential duration until 30 March 2032. The procurement falls under the auditing and psychiatrist services category, with an open procedure method being utilised. The contract aims to ensure the quality of interventions aimed at reducing reoffending rates among offenders within the DTC framework.

This contract presents significant opportunities for businesses specialising in health services, auditing, and clinical expertise. Companies with strong capabilities in clinical audits and the design of therapeutic models are positioned to benefit, particularly those focusing on psychological services and offender rehabilitation. Moreover, the contract encourages the development of shared learning and workforce enhancement, suitable for enterprises interested in contributing to the growth of therapeutic and clinical knowledge within the criminal justice system. SMEs and VCSEs capable of delivering these services can leverage this opportunity to expand their reach in public sector contracting and drive growth in the correctional and rehabilitative services industry.

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

Prison Democratic Therapeutic Communities - Integrated Quality Audit Processes

Notice Description

Democratic Therapeutic Communities (DTCs) in His Majesty's Prison and Probation Service (HMPPS) including Therapeutic Communities Plus (TC+) for offenders with Learning Disabilities (LD) are a recognised offending behaviour programme designed with the aim of reducing reoffending, some having been in existence within the prison system for more than 50 years. They form part of the National Offender Personality Disorder (OPD) Pathway, jointly commissioned between HMPPS and NHS England, offering a pathway of interventions for male and female offenders with complex needs. There are currently 14 DTCs operating in the Prison Service; 11 of these delivering the DTC core model within five establishments; and three delivering the TC+ model. DTCs in prisons aim to reduce re-offending through challenging offence-related risk factors. They address the interpersonal problems, attitudes, thinking and emotions of offenders and aim to engage in treatment those who also have additional emotional and psychological needs. DTCs can provide intervention for offenders with impaired psychological functioning and seek to engage offenders who may not be suitable to undertake other accredited Offending Behaviour Programmes. They are an intensive intervention - prisoners will be expected to remain in therapy for at least 18 months and more likely for two years. Therefore, places in DTCs are normally reserved for offenders serving longer sentences, who have a higher likelihood of re-offending, or who are judged to present a high risk of harm to others. DTCs have a strong evidence base underpinning their theoretical model of change that should be delivered in accordance with a set of manuals which have been accredited by the Correctional Services Accreditation Panel (CSAAP). The prison DTCs participate in a mandatory integrated standards-based process of quality assurance processes. These processes require continued development to ensure an effective and appropriate means of measuring the therapeutic environment and the quality of the therapy delivered. The MoJ requires a Supplier to design, develop, deliver and review an integrated standards-based audit and quality improvement process for all DTCs in HMPPS including TC+. The service is to be delivered incorporating a full clinical audit, using specialist auditors, within each cycle that measures each DTC's compliance with the detailed and accredited operating models for reducing reoffending. This review process will provide a measure of the quality of the intervention as a DTC and its clinical integrity; additionally, it will provide an assessment of clinical performance and report to the Correctional Services Accreditation and Advice Panel (CSAAP) in line with accreditation requirements. The Supplier must also be able to provide avenues for shared learning for all HMPPS DTCs, support their overall development, provide workforce development opportunities for training and improvements in the clinical skills and knowledge of DTC staff and facilitate access to relevant knowledge and learning opportunities. Critically, the clinical evaluation and quality improvement processes will need to be delivered through a methodology that is in keeping with the philosophy and values of the DTC model and will support the specific therapeutic and clinical requirements of its operation.

Lot Information

Lot 1

Options: The Authority reserves the right to modify the Contract to extend its duration by up to two (2) years beyond the original expiry date, solely for the purpose of ensuring service continuity. Any such extension will be subject to compliance with applicable procurement regulations and will require written agreement by both Parties

Planning Information

We are inviting suppliers to register their interest with this opportunity by emailing MoJProcurement.Off@justice.gov.uk. We will share the specification with you and arrange a 1-1 virtual meeting This is at pre-procurement stage where we are looking to work with the market to understand capability and appetite for the future tender that aims to be live later this year.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0519d6
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/014261-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security

85 - Health and social work services


CPV Codes

79212000 - Auditing services

85100000 - Health services

85121270 - Psychiatrist or psychologist services

Notice Value(s)

Tender Value
£600,000 £500K-£1M
Lots Value
£600,000 £500K-£1M
Awards Value
£600,000 £500K-£1M
Contracts Value
Not specified

Notice Dates

Publication Date
17 Feb 20265 days ago
Submission Deadline
9 Jan 2026Expired
Future Notice Date
7 Jul 2025Expired
Award Date
16 Feb 20261 weeks ago
Contract Period
31 Mar 2026 - 30 Mar 2032 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE
Contact Name
Sarah Young
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
Not specified

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

Supplier Information

Number of Suppliers
1
Supplier Name

ROYAL COLLEGE OF PSYCHIATRISTS

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-h6vhtk-0519d6-2026-02-17T12:17:51Z",
    "date": "2026-02-17T12:17:51Z",
    "ocid": "ocds-h6vhtk-0519d6",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "023592-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/023592-2025",
                "datePublished": "2025-05-21T09:55:20+01:00",
                "format": "text/html"
            },
            {
                "id": "029148-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/029148-2025",
                "datePublished": "2025-06-02T13:29:41+01:00",
                "format": "text/html"
            },
            {
                "id": "031786-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/031786-2025",
                "datePublished": "2025-06-12T10:35:55+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "We are inviting suppliers to register their interest with this opportunity by emailing MoJProcurement.Off@justice.gov.uk. We will share the specification with you and arrange a 1-1 virtual meeting This is at pre-procurement stage where we are looking to work with the market to understand capability and appetite for the future tender that aims to be live later this year.",
                "dueDate": "2025-06-30T23:59:59+01:00",
                "status": "scheduled"
            }
        ]
    },
    "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",
                "name": "Sarah Young"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-justice/about/procurement",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-RC000463",
            "name": "Royal College of Psychiatrists",
            "identifier": {
                "scheme": "GB-COH",
                "id": "RC000463"
            },
            "address": {
                "streetAddress": "21 Prescot Street",
                "locality": "London",
                "postalCode": "E1 8BB",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI42"
            },
            "contactPoint": {
                "email": "rcpsych@rcpsych.ac.uk",
                "telephone": "0208 618 4000"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.rcpsych.ac.uk/",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PDNN-2773-HVYN",
        "name": "Ministry of Justice"
    },
    "tender": {
        "id": "ITT_9977",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Prison Democratic Therapeutic Communities - Integrated Quality Audit Processes",
        "description": "Democratic Therapeutic Communities (DTCs) in His Majesty's Prison and Probation Service (HMPPS) including Therapeutic Communities Plus (TC+) for offenders with Learning Disabilities (LD) are a recognised offending behaviour programme designed with the aim of reducing reoffending, some having been in existence within the prison system for more than 50 years. They form part of the National Offender Personality Disorder (OPD) Pathway, jointly commissioned between HMPPS and NHS England, offering a pathway of interventions for male and female offenders with complex needs. There are currently 14 DTCs operating in the Prison Service; 11 of these delivering the DTC core model within five establishments; and three delivering the TC+ model. DTCs in prisons aim to reduce re-offending through challenging offence-related risk factors. They address the interpersonal problems, attitudes, thinking and emotions of offenders and aim to engage in treatment those who also have additional emotional and psychological needs. DTCs can provide intervention for offenders with impaired psychological functioning and seek to engage offenders who may not be suitable to undertake other accredited Offending Behaviour Programmes. They are an intensive intervention - prisoners will be expected to remain in therapy for at least 18 months and more likely for two years. Therefore, places in DTCs are normally reserved for offenders serving longer sentences, who have a higher likelihood of re-offending, or who are judged to present a high risk of harm to others. DTCs have a strong evidence base underpinning their theoretical model of change that should be delivered in accordance with a set of manuals which have been accredited by the Correctional Services Accreditation Panel (CSAAP). The prison DTCs participate in a mandatory integrated standards-based process of quality assurance processes. These processes require continued development to ensure an effective and appropriate means of measuring the therapeutic environment and the quality of the therapy delivered. The MoJ requires a Supplier to design, develop, deliver and review an integrated standards-based audit and quality improvement process for all DTCs in HMPPS including TC+. The service is to be delivered incorporating a full clinical audit, using specialist auditors, within each cycle that measures each DTC's compliance with the detailed and accredited operating models for reducing reoffending. This review process will provide a measure of the quality of the intervention as a DTC and its clinical integrity; additionally, it will provide an assessment of clinical performance and report to the Correctional Services Accreditation and Advice Panel (CSAAP) in line with accreditation requirements. The Supplier must also be able to provide avenues for shared learning for all HMPPS DTCs, support their overall development, provide workforce development opportunities for training and improvements in the clinical skills and knowledge of DTC staff and facilitate access to relevant knowledge and learning opportunities. Critically, the clinical evaluation and quality improvement processes will need to be delivered through a methodology that is in keeping with the philosophy and values of the DTC model and will support the specific therapeutic and clinical requirements of its operation.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79212000",
                        "description": "Auditing services"
                    }
                ],
                "relatedLot": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amountGross": 720000,
            "amount": 600000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2032-03-31T23:59:59+01:00"
                },
                "status": "complete",
                "value": {
                    "amountGross": 720000,
                    "amount": 600000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "The Final Evaluation will be determined by Price Per Quality Point (PQP), using the following formula: Evaluation Price / Overall Technical Score = PQP score",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Evaluation Price",
                            "description": "Evaluation Price will be calculated using the price provided by bidders within the Commercial Envelope."
                        },
                        {
                            "type": "quality",
                            "name": "Technical Questions",
                            "description": "Overall technical score will be determined by the sum of the weighted scores for the following Technical questions (question weighting in brackets): Methodology & Approach 30% Expertise & Capability 25% Quality Assurance 25% Contract Management 10% Social Value & Sustainability 10%"
                        },
                        {
                            "type": "price",
                            "name": "Evaluation Price",
                            "description": "Evaluation Price will be calculated using the price provided by bidders within the Commercial Envelope."
                        },
                        {
                            "type": "quality",
                            "name": "Technical Questions",
                            "description": "Overall technical score will be determined by the sum of the weighted scores for the following Technical questions (question weighting in brackets): Methodology & Approach 30% Expertise & Capability 25% Quality Assurance 25% Contract Management 10% Social Value & Sustainability 10%"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "The Authority reserves the right to modify the Contract to extend its duration by up to two (2) years beyond the original expiry date, solely for the purpose of ensuring service continuity. Any such extension will be subject to compliance with applicable procurement regulations and will require written agreement by both Parties"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-07-07T23:59:59+01:00"
        },
        "status": "complete",
        "amendments": [
            {
                "id": "031786-2025",
                "description": "Amended contact name and email address"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-01-09T11:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-12-08T23:59:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-01-30T23:59:59+00:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "076172-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/076172-2025",
                "datePublished": "2025-11-21T16:14:49Z",
                "format": "text/html"
            },
            {
                "id": "076175-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/076175-2025",
                "datePublished": "2025-11-21T16:18:50Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "status": "pending",
            "date": "2026-02-16T00:00:00+00:00",
            "value": {
                "amountGross": 720000,
                "amount": 600000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-RC000463",
                    "name": "Royal College of Psychiatrists"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "79212000",
                            "description": "Auditing services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "85121270",
                            "description": "Psychiatrist or psychologist services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-02-26T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-04-01T00:00:00+01:00",
                "endDate": "2032-03-30T23:59:59+01:00"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "014261-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/014261-2026",
                    "datePublished": "2026-02-17T12:17:51Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-02-17T00:00:00+00:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-03-02T23:59:59+00:00",
                    "status": "scheduled"
                }
            ]
        }
    ]
}