← Back to opportunities

Prison Democratic Therapeutic Communities – Integrated Quality Audit Processes

Ministry of Justice

Buyer Contact Info

Buyer Name: Ministry of Justice

Buyer Address: 102 Petty France, London, UKI32, SW1H 9AJ, United Kingdom

Contact Name: Sarah Young

Contact Email: CommercialStandards@justice.gov.uk

Status
active
Procedure
open
Value
600000.0 GBP
Gross: 720000 GBP
Published
21 Nov 2025, 16:14
Deadline
09 Jan 2026, 11:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
85100000 - Health services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/076172-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Has Options: Yes

Lot 1 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

Lot 1 Value: GBP 600,000

Lot 1 Value (Gross): GBP 720,000

Lot 1 Contract Start: 2026-04-01T00:00:00+01:00

Lot 1 Contract End: 2032-03-31T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (price): Evaluation Price

Lot 1 Award Criterion (quality): Technical Questions

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PDNN-2773-HVYN",
    "name": "Ministry of Justice"
  },
  "date": "2025-11-21T16:14:49Z",
  "id": "076172-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-0519d6",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "SW1H 9AJ",
        "region": "UKI32",
        "streetAddress": "102 Petty France"
      },
      "contactPoint": {
        "email": "CommercialStandards@justice.gov.uk",
        "name": "Sarah Young"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.gov.uk/government/organisations/ministry-of-justice/about/procurement"
      },
      "id": "GB-PPON-PDNN-2773-HVYN",
      "identifier": {
        "id": "PDNN-2773-HVYN",
        "scheme": "GB-PPON"
      },
      "name": "Ministry of Justice",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-01-30T23:59:59+00:00"
    },
    "description": "Democratic Therapeutic Communities (DTCs) in His Majesty\u2019s 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. \nThere 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.  \nDTCs 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. \nDTCs 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. \nDTCs 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). \nThe 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.\nThe 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+.\nThe service is to be delivered incorporating a full clinical audit, using specialist auditors, within each cycle that measures each DTC\u2019s 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. \nThe 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.                                                                                                                                             \nCritically, 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\nIf you are interested this opportunity and would like to see the full specification, please email us at MoJProcurement.Off@justice.gov.uk",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-11-21T16:14:49Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "076172-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/076172-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-12-08T23:59:00+00:00"
    },
    "id": "ocds-h6vhtk-0519d6",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Health services",
            "id": "85100000",
            "scheme": "CPV"
          },
          {
            "description": "Auditing services",
            "id": "79212000",
            "scheme": "CPV"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Evaluation Price will be calculated using the price provided by bidders within the Commercial Envelope.",
              "name": "Evaluation Price",
              "type": "price"
            },
            {
              "description": "Overall technical score will be determined by the sum of the weighted scores for the following Technical questions (question weighting in brackets): \nMethodology \u0026 Approach 30%\nExpertise \u0026 Capability 25%\nQuality Assurance 25%\nContract Management 10%\nSocial Value \u0026 Sustainability 10%",
              "name": "Technical Questions",
              "type": "quality"
            }
          ],
          "weightingDescription": "The Final Evaluation will be determined by Price Per Quality Point (PQP), using the following formula:\nEvaluation Price / Overall Technical Score = PQP score"
        },
        "contractPeriod": {
          "endDate": "2032-03-31T23:59:59+01:00",
          "startDate": "2026-04-01T00:00:00+01:00"
        },
        "hasOptions": true,
        "id": "1",
        "options": {
          "description": "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"
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "value": {
          "amount": 600000,
          "amountGross": 720000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "status": "active",
    "submissionMethodDetails": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2026-01-09T11:00:00+00:00"
    },
    "title": "Prison Democratic Therapeutic Communities \u2013 Integrated Quality Audit Processes",
    "value": {
      "amount": 600000,
      "amountGross": 720000,
      "currency": "GBP"
    }
  }
}