Tender

Reports Services Commissioned Through HMPPS Psychology Services Group (PSG)

  • Ministry of Justice

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-067266

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

Published 21 October 2025, 5:28pm



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 with a duration of 5 years for delivery of these services. The maximum number of suppliers on the Framework will be ten (10), however, in the instance that more than one supplier achieving the same overall score during evaluation takes the number of suppliers above ten (10), the Authority will apply a sequencial tie-breaker process.

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.

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

Framework

Maximum number of suppliers

10

Maximum percentage fee charged to suppliers

0%

Further information about fees

N/A

Framework operation description

Work will be awarded under the Framework through competitive mini bids in accordance with the processes detailed in the tender / draft Contract. Some automation and development of the process may take place over the Framework term.

Award method when using the framework

With competition

Contracting authorities that may use the framework

Establishing party only


Participation

Legal and financial capacity conditions of participation

As determined in the Project Specific Questionnaire (PSQ) and Instructions to Bidders.

Technical ability conditions of participation

As determined in the Project Specific Questionnaire (PSQ) and Instructions to Bidders.

Particular suitability

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

Submission

Enquiry deadline

17 November 2025, 12:00pm

Tender submission deadline

28 November 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)

13 April 2026


Award criteria

This table displays the award criteria of the lot
Name Type
Technical Quality

Weighting description

Bidders who successfully pass the PSQ (Qualification Envelope) stage will be evaluated against the Technical Envelope criteria.


Other information

Conflicts assessment prepared/revised

Yes


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