Planning

Life Signs for Approved Premises

  • Ministry of Justice

F01: Prior information notice (prior information only)

Notice identifier: 2025/S 000-084605

Procurement identifier (OCID): ocds-h6vhtk-05f9a8

Published 18 December 2025, 4:33pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Email

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