Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/014261-2026
17th February 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/076175-2025
21st November 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/076172-2025
21st November 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/031786-2025
12th June 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/029148-2025
2nd June 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/023592-2025
21st 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-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"
}
]
}
]
}