Reports Services Commissioned Through HMPPS Psychology Services Group (PSG)

Open

Buyers

Value

£17,000,000

Classifications

  • Services related to the detention or rehabilitation of criminals

Tags

  • tender

Submission Deadline

1 month from now

Published

4 days ago

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.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Restorative Justice Related Services

The Police & Crime Commissioner for Warwickshire (PCC) invites tenders from qualified providers for the delivery of restorative justice services across Warwickshire. The aim is to support victims, offenders, and communities through facilitated dialogue, mediation, and reconciliation processes that promote healing and accountability The requirement will be tendered in the following lots: • Lot 1 – Restorative Justice (RJ) service • Lot 2 – Anti-social behaviour (ASB) / non-crime restorative service Summary of requirements: • Lot 1 – The Restorative Justice (RJ) service will provide direct support to victims and perpetrators of crime across the county through effective RJ practices. The RJ service will form part of a wider multi-agency approach to justice and support services in Warwickshire and will be expected to work closely with a range of partners, including the Lot 2 service provider. • Lot 2 – The anti-social behaviour (ASB) / non-crime restorative service, which will sit alongside several partners in a Multi-Agency Restorative Justice Hub (MARJH). The service will deliver restorative interventions for cases arising across the Warwickshire community, where a crime has not occurred. The service will provide an accessible, proportionate, and effective early intervention option, within a wider Multi-Agency Restorative Justice Hub (MARJH). NB: Bidder(s) may only bid for one lot. This tender falls under the Light Touch Regime below threshold, therefore is outside The Procurement Act 2023. Contract Term • Lot 1 - The contract shall be for an initial period of 3 years with the option to extend of up to a further 2 x 12 months. • Lot 2 - The contract shall be for an initial period of 1 year which will run as a pilot with an option to extend for up to a further 4 x 12 months. The PCC has allocated an annual budget of £55,000 for the provision of services for Lot 1. This budget will remain fixed for the period of the contract. The PCC is very keen that the service provides good value for money through the delivery of effective and efficient interventions. Bids and services that focus resources on front line service delivery are encouraged. The PCC has allocated an annual budget of £25,000 for the provision of Lot 2 services. This budget is provided as part of a pilot project. If the pilot is successful and funding is available over the extension periods, the funding envelope will remain the same. The provision of Lot 2 services will be excluded from the PCC's annual grants process. Similarly to Lot 1 services, the PCC is very keen to ensure that Lot 2 services provide good value for money through the delivery of effective and efficient interventions. Bids and services that focus resources on front line service delivery are encouraged. The funding for these services is partly reliant on Government grant. Where grant funding is used to fund services, the terms and conditions of that grant will apply fully to the service provider. This process is being run via our tendering portal In-Tend Bluelight: https://sell2.in-tend.co.uk/blpd/home All expressions of interest should be made via the In-Tend Bluelight hub. This is free to access for all Suppliers. Please ensure you log in and then go to the ‘Portals’ section of your Sell2 account and select “Connect with Organisation” for Warwickshire Police. If you are already registered, simply log in and go the `Tenders` section to access the tender and the documents. Any questions relating to this procurement procedure must be made via the Correspondence function on the In-Tend portal.

Katy Reed

Published 3 weeks ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete