Planning

Reports Services Commissioned Through HMPPS Psychology Services Group (PSG)

  • Ministry of Justice

UK3: Planned procurement notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-042453

Procurement identifier (OCID): ocds-h6vhtk-05197f (view related notices)

Published 23 July 2025, 3:22pm



Scope

Reference

Prj_14411

Description

HM Prisons and Probation Service (HMPPS), as part of the justice system, plays a crucial role in society. HMPPS protects the public, maintains safe and secure prisons and reduces the risk that people will reoffend. We work together to help people to live law abiding and positive lives.

HMPPS delivers the government's vision and investment to make prisons places of safety and reform and to ensure probation services support the rehabilitation of offenders while protecting the public. We provide safe and supportive environments, where people work through the reasons that caused them to offend and prepare for a more positive future.

The Psychology Services Group (PSG) provide evidence-based, psychological, and therapeutic services to support people in custody and on probation aimed at reducing their risk of harm and reoffending.

Staff provide a HMPPS-wide specialist service and defensible evidence to support decision-making and influence operational policy at a National, Regional, and local level. Psychological services are largely broken down into assessment, intervention, training, research/projects, and consultancy advice and support.

This specific requirement is for suitably qualified and experienced Registered Forensic Psychologists (with at least 2 years post qualification experience) to provide Psychology Report Services for Offenders. Services will be required on both a regular and ad-hoc basis to support work usually undertaken by HMPPS staff.

The Reports Services requirement includes delivery of the following:

a. Psychology Risk Assessments (PRAs)

b. Responsivity and Suitability Assessments

c. Case Reviews

HMPPS require the ability to procure these services to support the internal capacity to deliver and the Authority intends to establish a multi-supplier Framework, a maximum of ten (10) suppliers, with a duration of 5 years for delivery of these services.

The services will be delivered nationally across HMPPS Public Sector settings primarily in Prisons, and there may on occasion be a requirement for delivery in Non-HMPPS Service Delivery Sites (including Northern Ireland and Scotland).

The requirement for these services will vary over time in volume and frequency and any volumes provided in relation to this requirement are based upon historical figures and are provided for indicative purposes only. There are no guaranteed volumes for the services required.

All Psychology Report Services commissioned by HMPPS Psychology Services must meet the required Quality Standards set by the process relevant to the type of Report (e.g. Parole Board, MAPPA, internal guidance documents), and adherence to the relevant HMPPS Policies and Frameworks.

If you are interested in this opportunity, it is recommended that you review the guidance and support on how to register and use the Central Digital Platform (CDP) which can be found here; Information and guidance for suppliers - GOV.UK, well in advance. Full information will be available on how to respond to the opportunity when the tender is formally launched, however, to support suppliers who are considering bidding for this opportunity, some additional information is provided below in relation to subcontractors, for consideration and to support preparation for bidding:

Subcontractor Registration and Compliance Requirements.

If your intention would be to use subcontractors in the delivery of any work awarded through the Framework, you will need to understand whether any of the following apply during the tender process:

a) In relation to Cyber Essentials potential bidders should consider the following Cyber Essentials certification requirements:

1. If your delivery model uses company-owned and controlled End User Devices and cloud storage, Cyber Essentials Plus certification will be required at the supplier level.

2. If your delivery model uses personal devices not owned or controlled by the supplier, each practitioner / sub-contractor must hold Cyber Essentials (basic) certification, and evidence will be required.

If bullet point 2 above is relevant to your company business model, then your subcontractors will also need to register on the CDP.

b) The subcontractor is relied upon to meet financial capacity requirements;

c) The subcontractor is acting as a guarantor.

If bullet point b) and / or c) above apply, the subcontractor must also be registered on the CDP.

Commercial tool

Establishes a framework

Total value (estimated)

  • £17,000,000 excluding VAT
  • £20,400,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 8 June 2026 to 7 June 2031
  • 5 years

Main procurement category

Services

CPV classifications

  • 75231200 - Services related to the detention or rehabilitation of criminals

Contract locations

  • UK - United Kingdom
  • UKM - Scotland
  • UKN - Northern Ireland

Framework

Maximum number of suppliers

Unlimited

Framework operation description

Work will be awarded under the Framework through competitive mini-bids, process and frequency to be determined in the tender but some automation and development of the process may take place over the Framework term.


Participation

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Publication date of tender notice (estimated)

8 September 2025

Enquiry deadline

6 October 2025, 12:00pm

Tender submission deadline

17 October 2025, 12:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

18 March 2026


Procedure

Procedure type

Open procedure

Special regime

Light touch


Contracting authority

Ministry of Justice

  • Public Procurement Organisation Number: PDNN-2773-HVYN

102 Petty France

London

SW1H 9AJ

United Kingdom

Region: UKI32 - Westminster

Organisation type: Public authority - central government