Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
CommercialDandTSupplierInbox@justice.gov.uk
Telephone
+44 02033343555
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://supplierregistration.cabinetoffice.gov.uk/organisation/register
one.3) Communication
Additional information can be obtained from the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Life Signs for Approved Premises
Reference number
prj_15662
two.1.2) Main CPV code
- 72200000 - Software programming and consultancy services
two.1.3) Type of contract
Services
two.1.4) Short 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.
two.1.5) Estimated total value
Value excluding VAT: £100,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35120000 - Surveillance and security systems and devices
- 35121700 - Alarm systems
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
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
two.2.14) 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).
two.3) Estimated date of publication of contract notice
18 December 2025
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section six. Complementary information
six.3) Additional information
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