Tender

Prison Operator Services Framework 2 (POSF2)

MINISTRY OF JUSTICE

This public procurement record has 1 release in its history.

Tender

02 Mar 2026 at 14:23

Summary of the contracting process

The Ministry of Justice is initiating the Prison Operator Services Framework 2 (POSF2) through a competitive flexible procedure under the Light Touch Open Framework of the Procurement Act 2023, aiming to design custodial services for up to 11 new or existing prisons in England and Wales. The procurement stage is currently in the tender phase, with a submission deadline set for 12 noon on 24 July 2026. The total value of the framework is £9.2 billion, and the procurement is categorised under Prison services, Imprisonment services, and Public security, law and order services. Interested parties must submit their tenders electronically via the Ministry of Justice's Jaggaer e-Sourcing platform. Successful bidders will be incorporated into an open framework with a maximum term of eight years, subject to reopening for new suppliers to encourage continuous engagement and innovation.

This tender represents a substantial opportunity for businesses in sectors such as security, facilities management, technology services, and custodial operations, allowing potential growth through long-term collaboration with the Ministry of Justice. Businesses that specialise in designing safe and rehabilitative environments, incorporating digital and technological solutions, or facilities management will find this framework particularly suitable. Companies with robust capabilities in operational continuity, environmental sustainability, and specialist services for women and youth detention can competitively position themselves in this procurement exercise. The framework's flexibility to reopen invites continuous engagement, promoting market dynamism and facilitating the entry of innovative suppliers throughout its duration. This procurement process encourages strategic alignment with governmental objectives, continuous improvement, and delivery of social value outcomes, providing significant opportunities for business expansion and contribution to public service advancements.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Prison Operator Services Framework 2 (POSF2)

Notice Description

This notice launches the procurement competition to establish the second generation of the Prison Operator Services Framework (POSF2), under the Light Touch Open Framework of the Procurement Act 2023. BACKGROUND The first generation of the Prison Operator Services Framework (POSF1) was established in July 2019 and expired in July 2025. Under this procurement, the Ministry of Justice (the Authority) is seeking to establish the second generation of the Prison Operator Services Framework (POSF2) which will established as an open framework in accordance with the Procurement Act 2023. The Authority has tendered the operation of prisons to the private sector since the early 1990s and has long advocated a mixed approach to prison operation that includes public, voluntary and private sector involvement. SCOPE OF SERVICES The purpose of POSF2 is to establish a new multi-supplier open framework of suppliers that have the capacity and capability to design custodial services for a pipeline of up to 11 new or existing privately managed prisons in England and Wales. Subsequent Mini-Competitions will be run in accordance with the Call-Off Procedure set out within Schedule 2 of the Framework Agreement. Any subsequent Mini-Competition will allow Bidders to compete to deliver custodial services for each prison that falls within the scope of POSF2. PROCUREMENT DOCUMENTATION Details of the procurement can be found in the ITT documents which are structured into three volumes and are located in Ministry of Justice's e-Sourcing Portal (Jaggaer). Volume 1: Introduction, Instructions, and Procurement Process - providing information on the background to the procurement and instructions on how the procurement will be conducted, including planned stages and indicative timelines. Volume 2: Response Criteria and Assessment Methodology - providing details of the Response Criteria Bidders are required to address in their Tenders, together with guidance on completion of Bidder responses against each criterion and details of the assessment methodology by which all Tenders will be evaluated against. Volume 3: Framework Agreement - providing the Framework Agreement to be entered into with each successful Bidder as well as the Model Call-Off Contract that will form the basis of Prison Operator Services delivery for any Mini-Competition run in accordance with the Call-Off Procedure. CONTRACT DURATION POSF2 will be a Light Touch Open Framework under the Procurement Act 2023 with a maximum term of 8 years. POSF2 will be reopened and re-awarded at least twice during its term for additional suppliers to bid for a place on POSF2. In accordance with the Procurement Act 2023, POSF2 will be reopened and re-awarded by the end of year 3 of the first framework in the scheme, and then again within 5 years of the second framework in the scheme being established. Bidders who are successfully admitted onto POSF2 at any stage will remain on the Open Framework for its the remainder of its term and therefore will not need to resubmit a new Tender at each reopening, unless the Bidder would like to change their response to one or more of the Optional Evaluation Questions.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-065fc3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018502-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

75 - Administration, defence and social security services


CPV Codes

75231210 - Imprisonment services

75231230 - Prison services

75240000 - Public security, law and order services

Notice Value(s)

Tender Value
£9,200,000,000 £1B-£10B
Lots Value
£9,200,000,000 £1B-£10B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Mar 20261 weeks ago
Submission Deadline
11 Mar 2026Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
19 Mar 2027 - 18 Mar 2030 3-4 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
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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-065fc3-2026-03-02T14:23:13Z",
    "date": "2026-03-02T14:23:13Z",
    "ocid": "ocds-h6vhtk-065fc3",
    "initiationType": "tender",
    "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": {
                "name": "POSF2 Competition Team",
                "email": "OpCompCommercial@justice.gov.uk"
            },
            "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"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PDNN-2773-HVYN",
        "name": "Ministry of Justice"
    },
    "tender": {
        "id": "prj_14483",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Prison Operator Services Framework 2 (POSF2)",
        "description": "This notice launches the procurement competition to establish the second generation of the Prison Operator Services Framework (POSF2), under the Light Touch Open Framework of the Procurement Act 2023. BACKGROUND The first generation of the Prison Operator Services Framework (POSF1) was established in July 2019 and expired in July 2025. Under this procurement, the Ministry of Justice (the Authority) is seeking to establish the second generation of the Prison Operator Services Framework (POSF2) which will established as an open framework in accordance with the Procurement Act 2023. The Authority has tendered the operation of prisons to the private sector since the early 1990s and has long advocated a mixed approach to prison operation that includes public, voluntary and private sector involvement. SCOPE OF SERVICES The purpose of POSF2 is to establish a new multi-supplier open framework of suppliers that have the capacity and capability to design custodial services for a pipeline of up to 11 new or existing privately managed prisons in England and Wales. Subsequent Mini-Competitions will be run in accordance with the Call-Off Procedure set out within Schedule 2 of the Framework Agreement. Any subsequent Mini-Competition will allow Bidders to compete to deliver custodial services for each prison that falls within the scope of POSF2. PROCUREMENT DOCUMENTATION Details of the procurement can be found in the ITT documents which are structured into three volumes and are located in Ministry of Justice's e-Sourcing Portal (Jaggaer). Volume 1: Introduction, Instructions, and Procurement Process - providing information on the background to the procurement and instructions on how the procurement will be conducted, including planned stages and indicative timelines. Volume 2: Response Criteria and Assessment Methodology - providing details of the Response Criteria Bidders are required to address in their Tenders, together with guidance on completion of Bidder responses against each criterion and details of the assessment methodology by which all Tenders will be evaluated against. Volume 3: Framework Agreement - providing the Framework Agreement to be entered into with each successful Bidder as well as the Model Call-Off Contract that will form the basis of Prison Operator Services delivery for any Mini-Competition run in accordance with the Call-Off Procedure. CONTRACT DURATION POSF2 will be a Light Touch Open Framework under the Procurement Act 2023 with a maximum term of 8 years. POSF2 will be reopened and re-awarded at least twice during its term for additional suppliers to bid for a place on POSF2. In accordance with the Procurement Act 2023, POSF2 will be reopened and re-awarded by the end of year 3 of the first framework in the scheme, and then again within 5 years of the second framework in the scheme being established. Bidders who are successfully admitted onto POSF2 at any stage will remain on the Open Framework for its the remainder of its term and therefore will not need to resubmit a new Tender at each reopening, unless the Bidder would like to change their response to one or more of the Optional Evaluation Questions.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75231230",
                        "description": "Prison services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75231210",
                        "description": "Imprisonment services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75240000",
                        "description": "Public security, law and order services"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 9200000000,
            "amount": 9200000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "1. STAGE 1: CONDITIONS OF PARTICIPATION 1.1 Stage 1 commences with the issuing of this Tender Notice and the publication of the initial Invitation to Tender (ITT) pack, including the Procurement Specific Questionnaire (PSQ) which all Bidders wishing to participate are required to complete and return. 1.2 The Authority will undertake a review of the completed PSQ, by reference to information held on the Central Digital Platform. Responses to the PSQ will be assessed in accordance with the selection process and any conditions of participation as set out in the Tender Notice, PSQ and described in this document. 1.3 Stage 1 will complete with Bidders being notified in writing of whether or not they have been successfully shortlisted to participate in Stage 2 of the Competition. Any Bidders not invited to Stage 2 will be provided with a written explanation of the reasons why they have not been shortlisted. 1.4 Bidders should note that the Authority reserves the right to re-assess any response to the PSQ, in the event that there is a change of circumstances that may affect the information submitted previously. 2 STAGE 2: DIALOGUE 2.1 Stage 2 will commence with the shortlisted Bidders from Stage 1 being invited to participate in Dialogue. 2.2 During this stage, the Authority will provide relevant background and context and answer Clarification Questions during the ITT period prior to issuing the Invitation to Tender (ITT) documentation. This stage also includes a period of Dialogue focused on key aspects of requirements. 2.3 The Dialogue will be conducted from 20 April 2026 to 26 June 2026 (please note, these dates may be subject to change). 2.4 After this period, it may be necessary for the Authority to make amendments or clarifications to information in the tender documents which will be reflected in the Invitation to Tender (ITT) documentation. 2.5 Bidders' final Tenders must be submitted in accordance with the requirements described, and in the format specified, as set out in Volume 2 of the ITT documentation, together with any further instructions that may be issued via the Authority's e-Sourcing platform Jaggaer (formerly known as Bravo) from time-to-time. The Tender Submission Deadline is scheduled for 12 noon (BST) on 24 July 2026 (please note, this date may be subject to change). 2.6 The Authority will evaluate all final Tenders in order to identify which Bidder(s) have passed the minimum threshold in accordance with the assessment methodology and award criteria set out in the Tender Notice and Volume 2 of the ITT documentation. 3. STAGE 3: AWARD 3.1 The Authority will notify each Bidder by electronic means, (through the Authority's Jaggaer e-Sourcing portal), of its award decision by issuing an assessment summary in accordance with Volume 1 of the ITT documentation. 3.2 The Authority will provide an assessment summary to all Bidders that submitted final tenders to: - inform them whether they have been successful in being admitted onto POSF2; - provide an explanation of the awarded score of the Bidder's tender against the relevant award criteria, in accordance with the requirements of the Procurement Act 2023; and - where a Bidder was unsuccessful, provide information in respect of the successful tender(s) submitted, including the name(s) of the successful Bidder(s) and details of the evaluation of these tender(s) against the relevant award criteria. 3.3 Once the assessment summaries have been provided to the Bidders that submitted final tenders, the Authority will also publish a Contract Award Notice on the Central Digital Platform to commence a voluntary standstill period of 8 working days. 3.4 Following the expiry of the standstill period, Stage 3 will end with the Authority entering into a Framework Agreement with the successful Bidder(s) and publishing a Contract Details Notice on the Central Digital Platform (within 120 days of the date on which the Framework Agreement is entered into). 3.5 The Authority will publish a copy of the Framework Agreement (within 180 days of the date on which the Framework Agreement is entered into) which will also be published on the Central Digital Platform Further detail can be found within Volume 1 of the ITT documentation."
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "isOpenFrameworkScheme": true,
                "method": "withReopeningCompetition",
                "type": "closed",
                "description": "POSF2 will have a maximum term of 8 years and will be reopened and re-awarded at least twice during its term for additional suppliers to bid for a place on POSF2. In accordance with the Procurement Act 2023, POSF2 will be reopened and re-awarded by the end of year 3 (March 2030) of the first framework in the scheme, and then again within 5 years of the second framework in the scheme being established. This process will allow new suppliers to join throughout the full term of POSF2, ensuring suppliers are not 'locked out' and maximising competitive tension and innovation. Subsequent Mini-Competitions will be run in accordance with the Call-Off Procedure set out within Schedule 2 of the Framework Agreement. Any subsequent Mini-Competition will allow Bidders to compete to deliver custodial services for each prison that falls within the scope of POSF2. The pricing threshold and award criteria for any subsequent Mini-Competitions will be established on a case-by-case basis, based on the complexity and scale of the Prison Operator Services required in that context.",
                "openFrameworkSchemeEndDate": "2030-03-18T23:59:59+00:00"
            }
        },
        "submissionMethodDetails": "https://ministryofjusticecommercial.ukp.app.jaggaer.com/web/login.html",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-03-20T12:00:00+00:00",
        "enquiryPeriod": {
            "endDate": "2026-03-11T17:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2027-03-08T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 9200000000,
                    "amount": 9200000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Pass/Fail",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "1.1) Strategic Alignment and Continuous Improvement (Mandatory)",
                            "description": "- The Bidder must demonstrate in its response their capability to design a continuous improvement approach that is aligned to the Government's strategic direction (which may evolve over time) and emerging evidence relevant to prison operations. - The Bidder must describe their approach to the design of a continuous improvement strategy for a prison."
                        },
                        {
                            "type": "quality",
                            "name": "2.1) Safety (Mandatory)",
                            "description": "- The Bidder must demonstrate in its response their capability to design a consistently safe operating environment. - The Bidder must describe their approach to the design of a safety strategy for a prison."
                        },
                        {
                            "type": "quality",
                            "name": "2.2) Security (Mandatory)",
                            "description": "- The Bidder must demonstrate in its response their ability to design a secure prison regime and operational environment. - The Bidder must describe their approach to the design of a security strategy for a prison."
                        },
                        {
                            "type": "quality",
                            "name": "2.3) Decency, Equality & Culture (Mandatory)",
                            "description": "- The Bidder must demonstrate in its response their capability to foster an effective rehabilitative culture and decent regime and environment, that achieves equality of access and outcomes. - The Bidder must describe their approach to the design of a Decency and Rehabilitation strategy for a prison."
                        },
                        {
                            "type": "quality",
                            "name": "2.4) Enabling the Regime (Mandatory)",
                            "description": "- The Bidder must demonstrate in its response their capability to design a regime and operating environment that embeds and integrates collaborative working with Other Service Providers (OSPs) in a way that enables an effective, safe and rehabilitative regime. - The Bidder must describe their approach to the design of an OSP engagement strategy for a prison."
                        },
                        {
                            "type": "quality",
                            "name": "2.5) Social Value (Mandatory)",
                            "description": "- The Bidder must demonstrate in its response their understanding of how social value outcomes can be delivered through prison operator services. - The Bidder must describe their strategy and approach to the design of prison operator services that incorporates Social Value outcomes."
                        },
                        {
                            "type": "quality",
                            "name": "2.6) Women's Services (Optional)",
                            "description": "- The Bidder must demonstrate in its response their capability to design a safe, decent and effective regime and operating environment for women which delivers the specific statutory and policy requirements relating to women in custody. - The Bidder must describe their strategy and approach to the design of prison operator services for women, including demonstrating an understanding of the risks and needs specific to women in custody, and a consideration of how to meet these risks and needs."
                        },
                        {
                            "type": "quality",
                            "name": "2.7) Youth Services (Optional)",
                            "description": "- The Bidder must demonstrate in its response their capability to design a safe, decent and effective regime and operating environment for those detained in youth custody which delivers the specific statutory and policy requirements relating to those in youth custody. - The Bidder must describe their strategy and approach to the design of prison operator services for those in Youth Custody, including demonstrating an understanding of the risks and needs specific to those in Youth Custody, and a consideration of how to meet these risks and needs."
                        },
                        {
                            "type": "quality",
                            "name": "2.8) Working in a Devolved Environment (Optional)",
                            "description": "- The Bidder must demonstrate in its response their capability to design prison operator services in a devolved environment (Wales). - The Bidder must describe their strategy and approach to the design of prison operator services within a devolved environment (Wales), including considerations for how the developed environment would influence the design of prison operator services."
                        },
                        {
                            "type": "quality",
                            "name": "3.1) Digital and Technology Services (Mandatory)",
                            "description": "- The Bidder must demonstrate in its response their capability to design a digital and technology solution which supports the effective delivery of the prison operator services for both (a) an existing and (b) a new prison. - The Bidder must describe their strategy and approach to the design of a digital and technology solution for both an existing and a new prison."
                        },
                        {
                            "type": "quality",
                            "name": "3.2) Digital Security and Continuity (Mandatory)",
                            "description": "- The Bidder must demonstrate in its response their capability to design appropriate digital assurance and security controls ensuring the confidentiality, integrity, availability and resilience of Authority Data (as defined in the Call-Off Contract) and supporting technology, and continuity of services. - The Bidder must describe their approach to the design of its digital assurance and security strategy and the approach to ensuring business continuity in the event of system outage or period of on-line unavailability."
                        },
                        {
                            "type": "quality",
                            "name": "4.1) Staffing (Mandatory)",
                            "description": "- The Bidder must demonstrate in its response their capability to design an effective workforce model for operational and non-operational staff is both safe and deliverable and that fully enables the Target Operating Model for both (a) an existing and (b) a new prison. - The Bidder must describe their strategy and approach to the design of a workforce model in both a new and existing prison."
                        },
                        {
                            "type": "quality",
                            "name": "4.2) Staffing - Mobilisation (Mandatory)",
                            "description": "- The Bidder must demonstrate in its response their capability to design a robust, safe and credible mobilisation of staffing resources for both (a) an existing and (b) a new prison. - The Bidder must describe their strategy and approach for the design of the mobilisation of staffing resourcing for both existing and new prisons."
                        },
                        {
                            "type": "quality",
                            "name": "5.1) Facilities Management (Mandatory)",
                            "description": "- The Bidder must demonstrate in its response its capability to design a comprehensive and effective Facilities Management service in a prison environment, for both (a) an existing and (b) a new prison. - The Bidder must describe their strategy and approach for the design of a Facilities Management Service in a prison environment for both new and existing prisons."
                        },
                        {
                            "type": "quality",
                            "name": "6.1) Environmental Sustainability (Mandatory)",
                            "description": "- The Bidder must demonstrate in its response their capability to design a sustainability approach that identifies and actively manages environmental risks and opportunities in relation to delivery of operational and facilities management services for both (a) an existing and (b) a new prison. - The Bidder must describe their approach to the design of a Sustainability strategy for both existing and new prisons."
                        },
                        {
                            "type": "quality",
                            "name": "7.1) Mobilisation (Mandatory)",
                            "description": "- The Bidder must demonstrate in its response their understanding of what is required to design a robust, safe and credible mobilisation for both (a) a new prison and (b) an existing prison. - The Bidder must describe their approach to developing a mobilisation and ramp-up strategy for a new prison, and a mobilisation and transition strategy for an existing prison."
                        },
                        {
                            "type": "quality",
                            "name": "8.1) Legal - Framework Agreement (Mandatory)",
                            "description": "- The Bidder is required to confirm acceptance of and compliance with the Framework Agreement by completing and returning the Contractual Compliance Table in Annex F of the ITT."
                        },
                        {
                            "type": "quality",
                            "name": "8.2) Legal - Model Call-Off Contract (Mandatory)",
                            "description": "- The Bidder is required to confirm acceptance of the Model Call-Off Contract by completing and returning the Contractual Compliance Table in Annex G of the ITT."
                        },
                        {
                            "type": "quality",
                            "name": "8.3) COR Matrix (Mandatory)",
                            "description": "- The Bidder is required to complete and submit the COR Matrix in Volume 2 of the ITT to confirm the Bidder's willingness and ability to comply with each of the COR and to undertake to produce the requisite procedures to deliver the requirements to the Authority's satisfaction."
                        },
                        {
                            "type": "quality",
                            "name": "8.4) Finance - Financial Viability Risk Assessment Tool (FVRAT) (Mandatory)",
                            "description": "- The Bidder must submit a completed FVRAT and supporting documentation in accordance with paragraph 1.14.3 of Volume 1 of the ITT."
                        },
                        {
                            "type": "quality",
                            "name": "8.5) Commercial - Transparency of AI Use (Mandatory)",
                            "description": "- In accordance with PPN 017 (Improving Transparency of AI Use in Procurement), the Bidder must detail whether they have used AI to develop any part of their Tender for this Competition."
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-03-19T00:00:00+00:00",
                    "endDate": "2030-03-18T23:59:59+00:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "The Authority will be using its e-Sourcing Portal known as Jaggaer to release all documents and communicate to the market. Registration: The e-Sourcing Portal is an online application that allows all bidders to create and submit their responses to any PSQ and Tenders via the internet. Bidder instructions to express an interest in this Tender: 1. Login to the Portal at: https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html with username and password. 2. Click the PQQs/ITTs Open to All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier). 3. Click on the relevant PSQ/ITT to access the content using the following: PQQ Code - PQQ_562 Project Code - prj_14483. 4. Click the \"Express Interest\" button at the top of the page. This will move the PQQ/ITT into your \"My PQQs/My ITTs\" page. (This is a secure area reserved for your projects only). 5. You can now access any attachments by clicking \"Buyer Attachments\" in the \"PQQ/ITT Details\" box instructions on how to submit a Tender will be provided. 6. If you experience any technical problems, please e-mail esourcing@Justice.gov.uk 7. In the event of system issues please contact the Jaggaer Helpdesk via telephone 0845 0100 132."
            },
            {
                "id": "018502-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/018502-2026",
                "datePublished": "2026-03-02T14:23:13Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}