Skip to main content
Tenders

Prison Operator Services Framework 2 (POSF2)

Open
Deadline
357 days left
March 19, 2027
Contract Details
Category
Restricted Procedure
Reference
018502-2026
Value
£9,200,000,000
Location
Inner London - West, United Kingdom
Published
March 19, 2026
Organization
CPV Code
Project Timeline

Tender Published

March 02, 2026

Deadline for Questions

March 12, 2027

Submission Deadline

March 19, 2027

Contract Start Date

March 19, 2027

Buyer IntelligencePRO
🔒
Unlock Buyer Intelligence
See spending patterns, preferred procedures, and more.
Upgrade to Professional →
Budget
£9,200,000,000
Duration
36 months
Location
Inner London - West
Type
Restricted Procedure
75
Quality Score/100
Good

Original Tender Description

This notice launches the procurement competition to establish the second generation of the Prison Operator Services Framework (POSF2), under the Light Touch Open Framework of the Procurement Act 2023. BACKGROUND The first generation of the Prison Operator Services Framework (POSF1) was established in July 2019 and expired in July 2025. Under this procurement, the Ministry of Justice (the Authority) is seeking to establish the second generation of the Prison Operator Services Framework (POSF2) which will established as an open framework in accordance with the Procurement Act 2023. The Authority has tendered the operation of prisons to the private sector since the early 1990s and has long advocated a mixed approach to prison operation that includes public, voluntary and private sector involvement. SCOPE OF SERVICES The purpose of POSF2 is to establish a new multi-supplier open framework of suppliers that have the capacity and capability to design custodial services for a pipeline of up to 11 new or existing privately managed prisons in England and Wales. Subsequent Mini-Competitions will be run in accordance with the Call-Off Procedure set out within Schedule 2 of the Framework Agreement. Any subsequent Mini-Competition will allow Bidders to compete to deliver custodial services for each prison that falls within the scope of POSF2. PROCUREMENT DOCUMENTATION Details of the procurement can be found in the ITT documents which are structured into three volumes and are located in Ministry of Justice's e-Sourcing Portal (Jaggaer). Volume 1: Introduction, Instructions, and Procurement Process - providing information on the background to the procurement and instructions on how the procurement will be conducted, including planned stages and indicative timelines. Volume 2: Response Criteria and Assessment Methodology - providing details of the Response Criteria Bidders are required to address in their Tenders, together with guidance on completion of Bidder responses against each criterion and details of the assessment methodology by which all Tenders will be evaluated against. Volume 3: Framework Agreement – providing the Framework Agreement to be entered into with each successful Bidder as well as the Model Call-Off Contract that will form the basis of Prison Operator Services delivery for any Mini-Competition run in accordance with the Call-Off Procedure. CONTRACT DURATION POSF2 will be a Light Touch Open Framework under the Procurement Act 2023 with a maximum term of 8 years. POSF2 will be reopened and re-awarded at least twice during its term for additional suppliers to bid for a place on POSF2. In accordance with the Procurement Act 2023, POSF2 will be reopened and re-awarded by the end of year 3 of the first framework in the scheme, and then again within 5 years of the second framework in the scheme being established. Bidders who are successfully admitted onto POSF2 at any stage will remain on the Open Framework for its the remainder of its term and therefore will not need to resubmit a new Tender at each reopening, unless the Bidder would like to change their response to one or more of the Optional Evaluation Questions.

Risk Analysis

Please log in to use risk analysis.

Login

Win Strategy

Please log in to access winning strategy recommendations.

Login

Competitors

Upgrade to see which companies are likely to bid on this tender, based on historical procurement data.

Login

Requirements & Qualifications

12 requirements across 5 categories

Submission (5)
Mandatory (1)
Compliance (3)
Technical (2)
Financial (1)
SUBMISSION REQUIREMENTS5
--Bidders must submit their responses in accordance with the ITT documents structured into three volumes.
--Volume 1: Introduction, Instructions, and Procurement Process.
--Volume 2: Response Criteria and Assessment Methodology - Bidders must address the specified Response Criteria and follow guidance on completion.
MANDATORY EXCLUSION GROUNDS1
--Bidders must not be subject to mandatory exclusion grounds as defined by the Procurement Act 2023.
ELIGIBILITY REQUIREMENTS3
--Bidders must have the capacity and capability to design custodial services.
--Bidders must be able to operate under the Light Touch Open Framework of the Procurement Act 2023.
--The framework is open to public, voluntary, and private sector involvement.
TECHNICAL CAPABILITY REQUIREMENTS2
--Bidders must demonstrate the ability to design custodial services for up to 11 new or existing privately managed prisons.
--Bidders must be capable of delivering custodial services for each prison falling within the scope of POSF2.
FINANCIAL REQUIREMENTS1
--Not explicitly detailed in the provided text, but implied to be assessed as part of the Response Criteria.

Requirements Preview

Sign up to view complete requirements and analysis

Documents

No processed documents available for this tender.

Documents will appear here once they are downloaded and analyzed.

75
Good

Tender Quality Score

This tender for Prison Operator Services Framework 2 is a well-structured open framework, but lacks specific evaluation criteria and accessible document content, impacting immediate usability.

Score Breakdown

Legal Compliance75/100

The tender adheres to the Procurement Act 2023, establishing an open framework with clear provisions for re-awarding. The CPV code is appropriate. However, the absence of a specified reveal date for certain information and the lack of explicitly stated evaluation criteria, as flagged in 'Issues', slightly reduce compliance for a fully transparent process.

Missing reveal date
No evaluation criteria specified
Clarity80/100

The description clearly outlines the purpose, background, and scope of services for the POSF2 framework. The documentation is structured into three volumes, indicating a methodical approach. The mention of Response Criteria and Assessment Methodology in Volume 2 suggests clear evaluation parameters, although these are not directly detailed in the notice.

Completeness70/100

Most basic information is present, including the title, organization, estimated value, and contract duration. However, the crucial 'Issues' flag highlights missing evaluation criteria and no available document content, which significantly hinders a bidder's ability to fully assess the requirements and prepare a response.

No document content available
Missing evaluation criteria
Fairness85/100

The tender uses an open framework approach under the Procurement Act 2023, allowing for multiple suppliers and subsequent re-awarding, which promotes broad participation. The disclosure of value and clear indication of a mixed approach (public, voluntary, private) suggest fairness. The primary concern is the lack of explicitly detailed evaluation criteria in the notice itself.

No evaluation criteria specified
Practicality65/100

The tender requires e-submission via an e-Sourcing Portal (Jaggaer), which is standard. However, the 'Issues' list notes 'No e-submission', which contradicts the description. The lack of document content available directly in the notice also impacts immediate practicality for potential bidders.

No e-submission (contradicts description)
No document content available
Data Consistency90/100

Key fields like title, reference, organization, value, and dates are populated. There are no indications of suspension or disputes. The contract start date and deadline are logically aligned, suggesting good internal consistency within the provided data.

Sustainability50/100

The 'Issues' section explicitly states 'Not green procurement', 'No social criteria', 'No innovation focus', and 'Not EU funded'. This indicates a significant lack of consideration for sustainability aspects, which is a drawback given current procurement trends.

Not green procurement
No social criteria

Strengths

Clear open framework structure
Detailed description of scope and process
Significant estimated value indicating large-scale opportunity
Use of a recognized e-Sourcing platform (Jaggaer)

Concerns

Lack of accessible procurement documentation content
Absence of specified evaluation criteria in the notice
No explicit sustainability or innovation focus

Recommendations

1. Provide direct links or accessible content for all three ITT volumes.
2. Clearly specify evaluation criteria within the tender notice or associated documents for better transparency.

AI Scoring Preview

Sign up to view complete requirements and analysis

Complete quality score analysis
Detailed sub-score breakdown
Strengths & concerns insights
Strategic recommendations

No credit card required • Setup in 2 minutes

New Service

Want us to handle this tender?

Our procurement experts prepare everything. Proven to work — you review, approve, and submit.

~1hYour time only
80%+80%+
$0Upfront
See full comparison
Without TaaSWith TaaS
40-80 hrs
Preparation time
~1 hr
Your time only
15-25%
Average win rate
80%+
Win rate
Risk of errors
Manual review
Expert QA
Compliance check
You do all
Handle everything
We do all
End-to-end service
Let's Win This Tender
Pay only when you win · 400+ companies trust us
Or do it yourself

Add to Pipeline