Notice Information
Notice Title
Prisoner Telephony Services - Bridging Agreement
Notice Description
This direct award procurement is a concession contract to continue the existing prisoner telephony service for the prisons in England and Wales which are run by HM Prison and Probation Service.
Procurement Information
The prisoner telephony service (PTS) is currently provided by British Telecommunications plc (BT) in the prisons in England and Wales which are run by HM Prison and Probation Service and has been for several years. The ability for prisoners to maintain relationships with family and friends is critical as it contributes to prisoners' wellbeing, order and discipline, rehabilitation, and a reduction in the likelihood of reoffending. The main communication channel in use currently is voice calls. Voice calls are provided by the PTS. PTS is a critical service which allows prisoners to make phone calls to approved contact numbers using a unique Personal Identification Number (PIN). The PTS includes the use of in-cell phones, wing phones, mobile PIN phones and staff to cell phones. The proposed direct award, known as the Bridging Agreement, is being entered into in 2026 and will bridge the period for which the PTS is required, which is between 1 June 2027 (the current contract expires on 31 May 2027) up to 30 November 2031. This is the period required to enable governing, procuring, mobilising, testing and transitioning to the replacement next generation communications service called the Prisoner Integrated Communications Service (PICS). Under the Bridging Agreement, BT will continue to provide the PTS on substantially the same terms as the current PTS contract together with exit services to transition to PICS. PTS is procured as a concession contract as it is predominately funded from the income generated by prisoners who purchase phone credit from BT. The Bridging Agreement will be drafted as an extension/contract change notice to the current PTS contract. The contracting authority (MOJ) is relying on the single supplier direct award justifications under section 41 and schedule 5 paragraphs 5 and/or 6 of the Procurement Act 2023 in the alternative: paragraph 5 (a)due to a particular supplier having intellectual property rights or other exclusive rights, only that supplier can supply the goods, services or works required, and (b)there are no reasonable alternatives to those goods, services or works. and in the alternative: paragraph 6 (a)due to an absence of competition for technical reasons, only a particular supplier can supply the goods, services or works required, and (b)there are no reasonable alternatives to those goods, services or works. The explanations for why the justifications apply are as follows. Intellectual property rights - paragraph 5. This justification applies because due to the intellectual property clauses in the current PTS contract and the Bridging Agreement only BT has the intellectual property rights needed to be able to provide the services. No reasonable alternatives In the absence of the intellectual property rights that would be needed for an alternative supplier to be able to provide the services, the only reasonable potential alternative would be for MOJ to procure another supplier/s to develop a replacement solution that meets MOJ's requirements - whether building from scratch or configuring a Commercial Off The Shelf (COTS) solution. Any replacement supplier/s would then need time for mobilising, testing and transitioning to that replacement solution after it had been appropriately governed and procured by MOJ. There is not sufficient time to do all these activities which would be necessary to transition to a replacement solution by the date the services are required, which is 1 June 2027. This is evidenced by the number of years it is taking to replace the PTS and transition to the next generation replacement service, PICS. PICS is being designed for use in the prisons in England and Wales which are run by HM Prisons and Probation Service and will be rolled out incrementally over time to eventually end use of the PTS service. MOJ is approximately two years into the PICS project. The direct award for the Bridging Agreement is for the period required to facilitate MOJ procuring, governing, testing, mobilising and transitioning from PTS to PICS. Therefore, there are no reasonable alternatives. The second justification is absence of competition for technical reasons - paragraph 6 There is an absence of competition for technical reasons which are based on the same arguments as for the intellectual property rights justification under paragraph 5, which are stated above. The PTS is bespoke and an alternative supplier would not be able to walk in and take over the services on the date from which they are required due to the intellectual property rights of BT. Instead, there would have to be an appropriately governed procurement/s and then the selected supplier/s would have to mobilise, test and then transition to that service and as stated in the justification under paragraph 5 above, this is not possible to do by the time the services are required on 1 June 2027. No reasonable alternatives The same justifications, stated above, for why there are no reasonable alternatives for paragraph 5 intellectual property rights, apply to the justification for paragraph 6. Therefore, there are no reasonable alternatives. For background information, MOJ has conducted several forms of preliminary market engagement for PICS to replace the Bridging Agreement. Following that market engagement, MOJ has been developing plans for the future. MOJ intends to provide details of its procurement plans for PICS via pipeline notice(s) and further market engagement as the PICS project progresses through MOJ's governance. The procurement for the first PICS contract is estimated to commence in 2027. To obtain information from the preliminary market engagement which has occurred already and to register for updates for PICS, please contact vvn.cmo@justice.gov.uk
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-066032
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/018668-2026
- Current Stage
- Award
- All Stages
- Planning, Award
Procurement Classification
- Notice Type
- UK5 - Transparency Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Direct
- Procurement Method Details
- Direct award
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
45 - Construction work
64 - Postal and telecommunications services
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
32410000 - Local area network
32412100 - Telecommunications network
32500000 - Telecommunications equipment and supplies
32550000 - Telephone equipment
32551400 - Telephone network
32552130 - Public telephones
45232300 - Construction and ancillary works for telephone and communication lines
64200000 - Telecommunications services
72710000 - Local area network services
Notice Value(s)
- Tender Value
- £94,620,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- £94,620,000 £10M-£100M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Mar 20261 weeks ago
- Submission Deadline
- Not specified
- Future Notice Date
- 2 Mar 2026Expired
- Award Date
- 2 Mar 20261 weeks ago
- Contract Period
- 31 May 2027 - 30 Nov 2031 4-5 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
- 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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/018668-2026
2nd March 2026 - Transparency notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/018661-2026
2nd March 2026 - 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-066032-2026-03-02T17:12:30Z",
"date": "2026-03-02T17:12:30Z",
"ocid": "ocds-h6vhtk-066032",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "018661-2026",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/018661-2026",
"datePublished": "2026-03-02T17:00:44Z",
"format": "text/html"
}
]
},
"parties": [
{
"id": "GB-PPON-PDNN-2773-HVYN",
"name": "Ministry of Justice",
"identifier": {
"scheme": "GB-PPON",
"id": "PDNN-2773-HVYN"
},
"address": {
"streetAddress": "102 Petty France",
"locality": "London",
"postalCode": "SW1H 9AJ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"name": "Graham Cox",
"email": "vvn.cmo@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"
}
]
}
},
{
"id": "GB-COH-01800000",
"name": "British Telecommunications plc",
"identifier": {
"scheme": "GB-COH",
"id": "01800000"
},
"address": {
"streetAddress": "One Braham, 1 Braham Street",
"locality": "London",
"postalCode": "E1 8EE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI42"
},
"contactPoint": {
"email": "ccsframeworks@bt.com"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.BT.com",
"scale": "large",
"vcse": false
}
}
],
"buyer": {
"id": "GB-PPON-PDNN-2773-HVYN",
"name": "Ministry of Justice"
},
"tender": {
"id": "prj_14443",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Prisoner Telephony Services - Bridging Agreement",
"description": "This direct award procurement is a concession contract to continue the existing prisoner telephony service for the prisons in England and Wales which are run by HM Prison and Probation Service.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "64200000",
"description": "Telecommunications services"
},
{
"scheme": "CPV",
"id": "32412100",
"description": "Telecommunications network"
},
{
"scheme": "CPV",
"id": "32500000",
"description": "Telecommunications equipment and supplies"
},
{
"scheme": "CPV",
"id": "32551400",
"description": "Telephone network"
},
{
"scheme": "CPV",
"id": "32550000",
"description": "Telephone equipment"
},
{
"scheme": "CPV",
"id": "32552130",
"description": "Public telephones"
},
{
"scheme": "CPV",
"id": "32410000",
"description": "Local area network"
},
{
"scheme": "CPV",
"id": "72710000",
"description": "Local area network services"
},
{
"scheme": "CPV",
"id": "45232300",
"description": "Construction and ancillary works for telephone and communication lines"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 113540000,
"amount": 94620000,
"currency": "GBP"
},
"procurementMethod": "direct",
"procurementMethodDetails": "Direct award",
"mainProcurementCategory": "services",
"specialRegime": [
"concession"
],
"aboveThreshold": true,
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2027-06-01T00:00:00+01:00",
"endDate": "2031-11-30T23:59:59+00:00"
},
"status": "complete"
}
],
"communication": {
"futureNoticeDate": "2026-03-02T23:59:59+00:00"
},
"status": "complete",
"procurementMethodRationale": "The prisoner telephony service (PTS) is currently provided by British Telecommunications plc (BT) in the prisons in England and Wales which are run by HM Prison and Probation Service and has been for several years. The ability for prisoners to maintain relationships with family and friends is critical as it contributes to prisoners' wellbeing, order and discipline, rehabilitation, and a reduction in the likelihood of reoffending. The main communication channel in use currently is voice calls. Voice calls are provided by the PTS. PTS is a critical service which allows prisoners to make phone calls to approved contact numbers using a unique Personal Identification Number (PIN). The PTS includes the use of in-cell phones, wing phones, mobile PIN phones and staff to cell phones. The proposed direct award, known as the Bridging Agreement, is being entered into in 2026 and will bridge the period for which the PTS is required, which is between 1 June 2027 (the current contract expires on 31 May 2027) up to 30 November 2031. This is the period required to enable governing, procuring, mobilising, testing and transitioning to the replacement next generation communications service called the Prisoner Integrated Communications Service (PICS). Under the Bridging Agreement, BT will continue to provide the PTS on substantially the same terms as the current PTS contract together with exit services to transition to PICS. PTS is procured as a concession contract as it is predominately funded from the income generated by prisoners who purchase phone credit from BT. The Bridging Agreement will be drafted as an extension/contract change notice to the current PTS contract. The contracting authority (MOJ) is relying on the single supplier direct award justifications under section 41 and schedule 5 paragraphs 5 and/or 6 of the Procurement Act 2023 in the alternative: paragraph 5 (a)due to a particular supplier having intellectual property rights or other exclusive rights, only that supplier can supply the goods, services or works required, and (b)there are no reasonable alternatives to those goods, services or works. and in the alternative: paragraph 6 (a)due to an absence of competition for technical reasons, only a particular supplier can supply the goods, services or works required, and (b)there are no reasonable alternatives to those goods, services or works. The explanations for why the justifications apply are as follows. Intellectual property rights - paragraph 5. This justification applies because due to the intellectual property clauses in the current PTS contract and the Bridging Agreement only BT has the intellectual property rights needed to be able to provide the services. No reasonable alternatives In the absence of the intellectual property rights that would be needed for an alternative supplier to be able to provide the services, the only reasonable potential alternative would be for MOJ to procure another supplier/s to develop a replacement solution that meets MOJ's requirements - whether building from scratch or configuring a Commercial Off The Shelf (COTS) solution. Any replacement supplier/s would then need time for mobilising, testing and transitioning to that replacement solution after it had been appropriately governed and procured by MOJ. There is not sufficient time to do all these activities which would be necessary to transition to a replacement solution by the date the services are required, which is 1 June 2027. This is evidenced by the number of years it is taking to replace the PTS and transition to the next generation replacement service, PICS. PICS is being designed for use in the prisons in England and Wales which are run by HM Prisons and Probation Service and will be rolled out incrementally over time to eventually end use of the PTS service. MOJ is approximately two years into the PICS project. The direct award for the Bridging Agreement is for the period required to facilitate MOJ procuring, governing, testing, mobilising and transitioning from PTS to PICS. Therefore, there are no reasonable alternatives. The second justification is absence of competition for technical reasons - paragraph 6 There is an absence of competition for technical reasons which are based on the same arguments as for the intellectual property rights justification under paragraph 5, which are stated above. The PTS is bespoke and an alternative supplier would not be able to walk in and take over the services on the date from which they are required due to the intellectual property rights of BT. Instead, there would have to be an appropriately governed procurement/s and then the selected supplier/s would have to mobilise, test and then transition to that service and as stated in the justification under paragraph 5 above, this is not possible to do by the time the services are required on 1 June 2027. No reasonable alternatives The same justifications, stated above, for why there are no reasonable alternatives for paragraph 5 intellectual property rights, apply to the justification for paragraph 6. Therefore, there are no reasonable alternatives. For background information, MOJ has conducted several forms of preliminary market engagement for PICS to replace the Bridging Agreement. Following that market engagement, MOJ has been developing plans for the future. MOJ intends to provide details of its procurement plans for PICS via pipeline notice(s) and further market engagement as the PICS project progresses through MOJ's governance. The procurement for the first PICS contract is estimated to commence in 2027. To obtain information from the preliminary market engagement which has occurred already and to register for updates for PICS, please contact vvn.cmo@justice.gov.uk",
"procurementMethodRationaleClassifications": [
{
"id": "singleSuppliersIntellectualPropertyExclusiveRights"
},
{
"id": "singleSuppliersTechnicalReasons"
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
}
]
},
"language": "en",
"awards": [
{
"id": "1",
"status": "pending",
"value": {
"amountGross": 113540000,
"amount": 94620000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-01800000",
"name": "British Telecommunications plc"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "64200000",
"description": "Telecommunications services"
},
{
"scheme": "CPV",
"id": "32500000",
"description": "Telecommunications equipment and supplies"
},
{
"scheme": "CPV",
"id": "32551400",
"description": "Telephone network"
},
{
"scheme": "CPV",
"id": "32550000",
"description": "Telephone equipment"
},
{
"scheme": "CPV",
"id": "32552130",
"description": "Public telephones"
},
{
"scheme": "CPV",
"id": "32410000",
"description": "Local area network"
},
{
"scheme": "CPV",
"id": "72710000",
"description": "Local area network services"
},
{
"scheme": "CPV",
"id": "45232300",
"description": "Construction and ancillary works for telephone and communication lines"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"contractPeriod": {
"startDate": "2027-06-01T00:00:00+01:00",
"endDate": "2031-11-30T23:59:59+00:00"
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "018668-2026",
"documentType": "awardNotice",
"noticeType": "UK5",
"description": "Transparency notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/018668-2026",
"datePublished": "2026-03-02T17:12:30Z",
"format": "text/html"
}
],
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-03-23T23:59:59+00:00",
"status": "scheduled"
}
]
}
]
}