Type of document: Contract Notice
Country: United Kingdom
Publication Ref: 076172/S 000-2025
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: Not applicable
Type of bid required: Not applicable
UKPGA UK4: Tender Notice
I) Contracting Authority/Entity
I.1) Name and addresses
Official name: Ministry of Justice
National registration number: PDNN-2773-HVYN
Postal address: 102 Petty France
Town: London
Region: Westminster
Postal code: SW1H 9AJ
Country: United Kingdom
Contact Person: Sarah Young
Email: CommercialStandards@justice.gov.uk
Internet address
I.3) Communication
Tenders or requests to participate must be submitted
Electronically
via
I.4) Type of the contracting authority
Public authority – central government
II) Object
II.1.1) Title
Prison Democratic Therapeutic Communities – Integrated Quality Audit Processes
Reference number: ocds-h6vhtk-0519d6
II.1.3) Type of contract
Services
II.1.4) Short description
Democratic Therapeutic Communities (DTCs) in His Majesty’s Prison and Probation Service (HMPPS) including Therapeutic Communities Plus (TC+) for offenders with Learning Disabilities (LD) are a recognised offending behaviour programme designed with the aim of reducing reoffending, some having been in existence within the prison system for more than 50 years. They form part of the National Offender Personality Disorder (OPD) Pathway, jointly commissioned between HMPPS and NHS England, offering a pathway of interventions for male and female offenders with complex needs.
There are currently 14 DTCs operating in the Prison Service; 11 of these delivering the DTC core model within five establishments; and three delivering the TC+ model.
DTCs in prisons aim to reduce re-offending through challenging offence-related risk factors. They address the interpersonal problems, attitudes, thinking and emotions of offenders and aim to engage in treatment those who also have additional emotional and psychological needs.
DTCs can provide intervention for offenders with impaired psychological functioning and seek to engage offenders who may not be suitable to undertake other accredited Offending Behaviour Programmes. They are an intensive intervention – prisoners will be expected to remain in therapy for at least 18 months and more likely for two years. Therefore, places in DTCs are normally reserved for offenders serving longer sentences, who have a higher likelihood of re-offending, or who are judged to present a high risk of harm to others.
DTCs have a strong evidence base underpinning their theoretical model of change that should be delivered in accordance with a set of manuals which have been accredited by the Correctional Services Accreditation Panel (CSAAP).
The prison DTCs participate in a mandatory integrated standards-based process of quality assurance processes. These processes require continued development to ensure an effective and appropriate means of measuring the therapeutic environment and the quality of the therapy delivered.
The MoJ requires a Supplier to design, develop, deliver and review an integrated standards-based audit and quality improvement process for all DTCs in HMPPS including TC+.
The service is to be delivered incorporating a full clinical audit, using specialist auditors, within each cycle that measures each DTC’s compliance with the detailed and accredited operating models for reducing reoffending. This review process will provide a measure of the quality of the intervention as a DTC and its clinical integrity; additionally, it will provide an assessment of clinical performance and report to the Correctional Services Accreditation and Advice Panel (CSAAP) in line with accreditation requirements.
The Supplier must also be able to provide avenues for shared learning for all HMPPS DTCs, support their overall development, provide workforce development opportunities for training and improvements in the clinical skills and knowledge of DTC staff and facilitate access to relevant knowledge and learning opportunities.
Critically, the clinical evaluation and quality improvement processes will need to be delivered through a methodology that is in keeping with the philosophy and values of the DTC model and will support the specific therapeutic and clinical requirements of its operation
If you are interested this opportunity and would like to see the full specification, please email us at MoJProcurement.Off@justice.gov.uk
II.1.7) Total value of the procurement
Value (including VAT)
720,000
Value (excluding VAT)
600,000
Currency
GBP
II.2) Description
II.2.1) Title
Contract/Lot No
1
II.2.2) CPV codes
Main CPV codes
79212000
85100000
II.2.5) Award Criteria
Highest precedence first unless weighted otherwise
Quality
Name: Technical Questions
Weighting: Overall technical score will be determined by the sum of the weighted scores for the following Technical questions (question weighting in brackets):
Methodology & Approach 30%
Expertise & Capability 25%
Quality Assurance 25%
Contract Management 10%
Social Value & Sustainability 10%
Price
Name: Evaluation Price
Weighting: Evaluation Price will be calculated using the price provided by bidders within the Commercial Envelope.
II.2.6) Estimated Value
Value (excluding VAT)
600,000
Currency
GBP
II.2.7) Contract dates (estimated)
Start
2026-04-01 00:00
End
2032-03-31 23:59
Duration
6 years
II.2.11) Information about options
Options: Yes
Description of options
The Authority reserves the right to modify the Contract to extend its duration by up to two (2) years beyond the original expiry date, solely for the purpose of ensuring service continuity. Any such extension will be subject to compliance with applicable procurement regulations and will require written agreement by both Parties
III) Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Particular suitability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
IV) Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.2) Administrative information
IV.2.1) Tender period dates
Enquiry deadline
2025-12-08 23:59
Estimated award decision date
2026-01-30 23:59
IV.2.2) Tender submission deadline
2026-01-09 11:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
VI) Complementary information
Link to source/bidding documents
Conflicts assessment prepared/revised
Yes
VI.5) Date of dispatch of this notice
2025-11-21 16:14