Planning

Life Signs for Approved Premises

MINISTRY OF JUSTICE

This public procurement record has 1 release in its history.

Planning

18 Dec 2025 at 16:33

Summary of the contracting process

The procurement process is currently in the planning stage, initiated by the Ministry of Justice (MoJ), based in London, UK. The project, titled "Life Signs for Approved Premises," aims to explore innovative technology solutions to support and modernise justice services across England and Wales. This initiative is focused on the development of software and information systems under the industry category of software programming and consultancy services, with an estimated contract value of £100,000. The Prior Information Notice was published on 18th December 2025, with the notice closing on 30th January 2026. A key event, the Supplier Day, is scheduled for 4th February 2026 to engage the market and present forthcoming challenges and innovation ambitions. The procurement process will be conducted via the Spark Dynamic Purchasing System (DPS).

This tender creates substantial business growth opportunities, particularly for businesses specialising in software and information systems, along with those offering alarm-monitoring and surveillance systems. Companies adept at providing cloud computing solutions and capable of remote-first operations without on-site hardware deployment are particularly well-suited to compete. The technology sought should support safety measures and proactive alerts concerning physiological and behavioural risks in Approved Premises. The engagement activities, including a Supplier Day, will facilitate an understanding of available technologies and offer indicative costs and case studies. Additionally, for businesses not currently registered on the Spark DPS, there is an incentive to onboard quickly, as account creation is necessary to participate in the procurement process.

How relevant is this notice?

Notice Information

Notice Title

Life Signs for Approved Premises

Notice Description

1. Introduction This Prior Information Notice (PIN) is issued by the UK Ministry of Justice (MoJ) to inform the market of a market engagement for innovative technology solutions to support and modernise justice services across England and Wales. This notice is not a call for competition and does not initiate a formal procurement process. 2. Background and Context The MoJ is responsible for the courts, prisons, probation, and associated justice services. The Department is actively identifying opportunities to adopt new and emerging technologies that can improve operational efficiency, support frontline delivery, enhance safety and security and provide better outcomes for users and staff. This work aligns with the MoJ's wider digital transformation and innovation agenda, focused on improving services, increasing flexibility and making better use of data and automated capability. His Majesty's Prison and Probation Service intends to engage with the market to explore innovative technology solutions that enhance resident safety and wellbeing within Approved Premises. Current safeguarding measures rely on routine staff checks, which are reactive and dependent on human observation. We seek technology that can provide proactive alerts to staff regarding physiological and behavioural indicators of immediate risk. Each year, many individuals are released from prison with co-occurring mental health issues, substance dependence, and social vulnerabilities (e.g., homelessness, unemployment). Evidence shows that the first few weeks following release are the highest-risk period for fatal overdose, particularly among those with opioid dependence. Approved Premises (AP) residents often represent the most complex cases, including those subject to MAPPA and high-risk supervision, yet continuity of care from custody to community remains inconsistent.

Lot Information

Lot 1

3. Summary of the Requirement The MoJ is seeking to explore innovative technology solutions. Solutions should support timely, informed, and potentially life-saving interventions by: * Detecting changes in breathing patterns that may indicate medical distress or potential self-harm. * Identifying behaviours or movements that suggest a ligature attempt is imminent or underway. Solutions must be remote-first and must not rely on any on-site hardware, specifically; * Operate via secure remote connectivity (e.g., 5G, Wi-Fi or equivalent) * Be primarily cloud-hosted * Avoid on-premises infrastructure or physical installation within MoJ estates * This product should be fully functional and be deployable rapidly (without local configuration or hardware dependencies) Estimated value: To be confirmed following market engagement. Estimated duration: To be confirmed following market engagement. 4. Market Engagement Activities (Supplier Day, Problem Statements & Spark DPS Registration) The MoJ intends to undertake structured engagement with the market, beginning with a Supplier Day. This event will: * provide an overview of the MoJ's challenges and innovation ambitions * introduce forthcoming problem statements and question sets, which will be issued to suppliers after the Supplier Day Suppliers will be invited to respond to these problem statements to help the MoJ: Gather information on available technologies and implementation approaches. * Consider indicative costs and case studies. * Reflect on integration options with existing safeguarding protocols. Use of Spark Dynamic Purchasing System (DPS) - RM6094: All engagements with suppliers -- including the Supplier Day, distribution of problem statements, and submission of responses -- will take place via the Crown Commercial Service Spark DPS (RM6094). Please register via: - Searching 'Dynamic Purchasing System Supplier Registration Spark DPS' on your browser - Select the webpage that contains supplier registration and ends gov dot uk - Scroll to Spark DPS RM6094 (page 2) - Scroll down on this page and select 'Access as a Supplier' at the bottom - Select 'Register for an account' and register as a Supplier. * Suppliers not currently on Spark RM6094 will need to apply for an account. * Account creation and onboarding onto Spark typically takes 10-15 working days. * Suppliers are encouraged to begin the registration process as early as possible to avoid missing engagement windows. 5. Next Steps - Proof of Concept / Pilot Phase Should supplier responses indicate that suitable and sufficiently mature technologies exist to meet the MoJ's needs, the next intended step will be the commissioning of a proof of concept (PoC) or pilot project. This phase will allow the MoJ to: * validate the technology in an operational or simulated justice environment * assess feasibility, performance, and usability * understand integration requirements and risks * inform the final scope of any subsequent procurement activity Further details on approach, timelines and evaluation will be shared through the Spark DPS. 6. Indicative Procurement Timeline * Publication of PIN: 18th December 2025 * Date PIN closes: Friday 30th January 2026 * Supplier Day: Wednesday 4th February 2026 Additional information: Any subsequent procurement will be advertised on Find a Tender Service (FTS) and Contracts Finder. Participation in market engagement does not confer any advantage in a future competition. The MoJ reserves the right not to proceed to procurement. All engagement and communication must take place via the Spark DPS (RM6094).

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05f9a8
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/084605-2025
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

35120000 - Surveillance and security systems and devices

35121700 - Alarm systems

48000000 - Software package and information systems

72200000 - Software programming and consultancy services

Notice Value(s)

Tender Value
£100,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Dec 20251 weeks ago
Submission Deadline
Not specified
Future Notice Date
18 Dec 2025Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE
Contact Name
Not specified
Contact Email
commercialdandtsupplierinbox@justice.gov.uk
Contact Phone
+44 02033343555

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

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-05f9a8-2025-12-18T16:33:51Z",
    "date": "2025-12-18T16:33:51Z",
    "ocid": "ocds-h6vhtk-05f9a8",
    "description": "Contact Details Ministry of Justice (MoJ) 102 Petty France London SW1H 9AJ Email: CommercialDandTSupplierInbox@justice.gov.uk CPV Codes The following CPV codes are recommended for this Prior Information Notice: Primary Codes: * 48000000-8 - Software and information systems * 7200000-7 - Software programming and consultancy services * 72212325-4 - Behaviour-recognition software development * 72212482-4 - Cloud computing software development services Safeguarding / Monitoring: * 35121700-5 - Alarm-monitoring services * 35120000-1 - Surveillance and security systems Sensors / Remote Detection: * 35125100-2 - Sensors",
    "initiationType": "tender",
    "tender": {
        "id": "prj_15662",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Life Signs for Approved Premises",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "72200000",
            "description": "Software programming and consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "1. Introduction This Prior Information Notice (PIN) is issued by the UK Ministry of Justice (MoJ) to inform the market of a market engagement for innovative technology solutions to support and modernise justice services across England and Wales. This notice is not a call for competition and does not initiate a formal procurement process. 2. Background and Context The MoJ is responsible for the courts, prisons, probation, and associated justice services. The Department is actively identifying opportunities to adopt new and emerging technologies that can improve operational efficiency, support frontline delivery, enhance safety and security and provide better outcomes for users and staff. This work aligns with the MoJ's wider digital transformation and innovation agenda, focused on improving services, increasing flexibility and making better use of data and automated capability. His Majesty's Prison and Probation Service intends to engage with the market to explore innovative technology solutions that enhance resident safety and wellbeing within Approved Premises. Current safeguarding measures rely on routine staff checks, which are reactive and dependent on human observation. We seek technology that can provide proactive alerts to staff regarding physiological and behavioural indicators of immediate risk. Each year, many individuals are released from prison with co-occurring mental health issues, substance dependence, and social vulnerabilities (e.g., homelessness, unemployment). Evidence shows that the first few weeks following release are the highest-risk period for fatal overdose, particularly among those with opioid dependence. Approved Premises (AP) residents often represent the most complex cases, including those subject to MAPPA and high-risk supervision, yet continuity of care from custody to community remains inconsistent.",
        "value": {
            "amount": 100000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "3. Summary of the Requirement The MoJ is seeking to explore innovative technology solutions. Solutions should support timely, informed, and potentially life-saving interventions by: * Detecting changes in breathing patterns that may indicate medical distress or potential self-harm. * Identifying behaviours or movements that suggest a ligature attempt is imminent or underway. Solutions must be remote-first and must not rely on any on-site hardware, specifically; * Operate via secure remote connectivity (e.g., 5G, Wi-Fi or equivalent) * Be primarily cloud-hosted * Avoid on-premises infrastructure or physical installation within MoJ estates * This product should be fully functional and be deployable rapidly (without local configuration or hardware dependencies) Estimated value: To be confirmed following market engagement. Estimated duration: To be confirmed following market engagement. 4. Market Engagement Activities (Supplier Day, Problem Statements & Spark DPS Registration) The MoJ intends to undertake structured engagement with the market, beginning with a Supplier Day. This event will: * provide an overview of the MoJ's challenges and innovation ambitions * introduce forthcoming problem statements and question sets, which will be issued to suppliers after the Supplier Day Suppliers will be invited to respond to these problem statements to help the MoJ: Gather information on available technologies and implementation approaches. * Consider indicative costs and case studies. * Reflect on integration options with existing safeguarding protocols. Use of Spark Dynamic Purchasing System (DPS) - RM6094: All engagements with suppliers -- including the Supplier Day, distribution of problem statements, and submission of responses -- will take place via the Crown Commercial Service Spark DPS (RM6094). Please register via: - Searching 'Dynamic Purchasing System Supplier Registration Spark DPS' on your browser - Select the webpage that contains supplier registration and ends gov dot uk - Scroll to Spark DPS RM6094 (page 2) - Scroll down on this page and select 'Access as a Supplier' at the bottom - Select 'Register for an account' and register as a Supplier. * Suppliers not currently on Spark RM6094 will need to apply for an account. * Account creation and onboarding onto Spark typically takes 10-15 working days. * Suppliers are encouraged to begin the registration process as early as possible to avoid missing engagement windows. 5. Next Steps - Proof of Concept / Pilot Phase Should supplier responses indicate that suitable and sufficiently mature technologies exist to meet the MoJ's needs, the next intended step will be the commissioning of a proof of concept (PoC) or pilot project. This phase will allow the MoJ to: * validate the technology in an operational or simulated justice environment * assess feasibility, performance, and usability * understand integration requirements and risks * inform the final scope of any subsequent procurement activity Further details on approach, timelines and evaluation will be shared through the Spark DPS. 6. Indicative Procurement Timeline * Publication of PIN: 18th December 2025 * Date PIN closes: Friday 30th January 2026 * Supplier Day: Wednesday 4th February 2026 Additional information: Any subsequent procurement will be advertised on Find a Tender Service (FTS) and Contracts Finder. Participation in market engagement does not confer any advantage in a future competition. The MoJ reserves the right not to proceed to procurement. All engagement and communication must take place via the Spark DPS (RM6094).",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35120000",
                        "description": "Surveillance and security systems and devices"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35121700",
                        "description": "Alarm systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-12-18T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-6365",
            "name": "Ministry of Justice",
            "identifier": {
                "legalName": "Ministry of Justice"
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1H 9AJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 02033343555",
                "email": "CommercialDandTSupplierInbox@justice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://supplierregistration.cabinetoffice.gov.uk/organisation/register",
                "classifications": [
                    {
                        "id": "MINISTRY",
                        "scheme": "TED_CA_TYPE",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "id": "03",
                        "scheme": "COFOG",
                        "description": "Public order and safety"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-6365",
        "name": "Ministry of Justice"
    },
    "language": "en"
}