United Kingdom426 days leftOpen

HMP Rye Hill - Planned procurement notice

Tender Overview

ORGANIZATION

Ministry of Justice

LOCATION

Leicestershire, Rutland and Northamptonshire, United Kingdom

VALUE

£400,000,000

DEADLINE

April 05, 2027 at 00:00

CATEGORY

Other

CPV CODE

75231230

REFERENCE

001183-2026

Project Timeline

Contact Information

View Original

Original Tender Description

The Authority is seeking to establish a new contract for Prison Operator Services at HMP Rye Hill. The anticipated contract duration is 12 years from the operational services commencement date, with an option to extend by up to 3 years in 1-year increments, making the maximum term 15 years. The procurement for HMP Rye Hill will be conducted under the Competitive Flexible Procedure (Light Touch Regime) under 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. HMP Rye Hill is a male Category C Private Finance Initiative (PFI) located in Northamptonshire, England, with a current operational maximum capacity of 1,122. An indicative timetable for the procurement is outlined below. Please note these dates may be subject to change: • Publication of Tender Notice and Procurement Documentation – 15/06/2026 • Deadline for Submission of PSQ and COP Responses – Midday 26/06/2026 • Authority issue PSQ and COP Notification Letters – 10/07/2026 • Bidder Engagement and Dialogue - 13/07/2026 to 31/08/2026 • Publication of ISFT Documentation – 07/09/2026 • Deadline for Submission of Tender Responses – 25/09/2026 • Contract Award – 05/04/2027 This notice is for information only and the Authority reserves the right to not proceed to tender. Additionally, the Authority reserves the right to discontinue the tender process at any stage and not to award the Contract. The information contained in this notice, including information relating to the nature and scope of the requirements, the estimated value, the service classification of this requirement or the list of CPV codes, is only indicative of current thinking and is neither exhaustive nor binding, and the Authority reserves the right at its absolute discretion to amend it at the time of issue or any further notices or at any other time. The publication of this notice in no way obliges the Authority to commence any competitive tender process. Any contracts are subject to the relevant legal and Cabinet Office controls and policies.
⚠️

MANDATORY EXCLUSION GROUNDS

  • Bidders must not be subject to any mandatory exclusion grounds as defined under the Procurement Act 2023 and relevant legal and Cabinet Office controls and policies. (Specific grounds will be detailed in the full procurement documentation).

ELIGIBILITY REQUIREMENTS

  • Be a legal entity (public, voluntary, or private sector) capable of operating prison services.
  • Be eligible to participate in a procurement conducted under the Competitive Flexible Procedure (Light Touch Regime) of the Procurement Act 2023.
  • Be capable of operating a male Category C Private Finance Initiative (PFI) prison in Northamptonshire, England.
🔧

TECHNICAL CAPABILITY REQUIREMENTS

  • Demonstrate capability to provide comprehensive Prison Operator Services.
  • Possess the operational expertise to manage a male Category C prison with a maximum capacity of 1,122 inmates.
  • Demonstrate capacity for long-term operational service delivery for a contract duration of 12-15 years.
  • Demonstrate understanding and capability to operate within a Private Finance Initiative (PFI) framework.
💰

FINANCIAL REQUIREMENTS

  • Possess the financial capacity to undertake a contract with an estimated value of 400,000,000.0 EUR (or £400M). (Specific financial thresholds will be detailed in future procurement documentation).
📋

SUBMISSION REQUIREMENTS

  • Submit PSQ (Pre-Qualification Questionnaire) and COP (Capability and Operational Plan) responses by Midday 26/06/2026.
  • Submit full Tender Responses by 25/09/2026.
  • Participate in Bidder Engagement and Dialogue sessions between 13/07/2026 and 31/08/2026 if selected.
  • Adhere to the Competitive Flexible Procedure (Light Touch Regime) requirements as outlined in the Procurement Act 2023 and subsequent procurement documentation.
  • Monitor for the publication of the full Tender Notice and Procurement Documentation on 15/06/2026.
  • Monitor for the publication of ISFT (Invitation to Submit Final Tenders) Documentation on 07/09/2026.

Requirements Preview

Sign up to view complete requirements and analysis

AI-powered requirement analysis
Complete compliance breakdown
Strategic bidding insights
Instant eligibility check

No credit card required • Setup in 2 minutes

PDF
Official PDF Version
PDF001183-2026_official.pdf
Summary:
This is an informational notice from the Ministry of Justice announcing a planned procurement for a 12-15 year contract for Prison Operator Services at HMP Rye Hill, valued at £400M, with an indicative timetable for a Competitive Flexible Procedure under the Procurement Act 2023.

Documents Preview

Sign up to view document summaries and analysis

AI document summaries
Key requirement extraction
Risk & compliance alerts
Strategic document insights

No credit card required • Setup in 2 minutes

67
Good

Tender Quality Score

This planned procurement notice provides a clear overview of a high-value, long-term prison operator services contract, outlining key requirements and an indicative timeline. However, the absence of any detailed documentation and the highly specific PFI experience requirement present notable limitations for potential bidders.

Score Breakdown

Legal Compliance100/100

The notice clearly states the legal framework (Procurement Act 2023, Competitive Flexible Procedure, Light Touch Regime) and mandatory exclusion grounds, indicating adherence to regulatory requirements for a preliminary stage.

Clarity40/100

The description of the service, prison type, location, and contract duration is clear. The indicative timetable is also well-presented. However, the deferral of specific details to future documentation reduces overall clarity at this stage.

Completeness83/100

As a 'planned procurement notice,' it is inherently incomplete, lacking any attached documents, detailed specifications, specific evaluation criteria, or precise financial/technical thresholds. This limits the ability of potential bidders to fully understand the scope.

No documents attached
Missing evaluation criteria
Fairness60/100

The requirement for PFI operational experience, while relevant to the asset, significantly narrows the market, potentially limiting competition. The Competitive Flexible Procedure with bidder engagement can, however, foster a more tailored and fair dialogue with qualified entities.

Highly specific requirement for PFI operational experience may limit competition
Practicality40/100

The indicative timetable provides a practical roadmap for bidders. The inclusion of bidder engagement and dialogue sessions is a practical approach for a complex, high-value contract under the Light Touch Regime.

Data Consistency100/100

All information provided within the notice is consistent, particularly regarding the contract duration, estimated value, and prison characteristics.

Sustainability0/100

The notice does not explicitly mention any green, social, or innovation criteria, which are increasingly important for public procurement under modern frameworks like the Procurement Act 2023, especially for long-term, high-value contracts.

Not green procurement
No social criteria

Strengths

Clear identification of the service, location, and prison type (HMP Rye Hill, male Cat C PFI).
Transparency regarding the procurement procedure (Competitive Flexible Procedure, Light Touch Regime, Procurement Act 2023).
Provision of an indicative timetable for key procurement stages, aiding bidder planning.
Explicit mention of bidder engagement and dialogue, promoting a more collaborative process.
Acknowledgement of a mixed approach to prison operation, indicating openness to various legal entities.

Concerns

Lack of any attached documentation or detailed specifications at this 'planned procurement notice' stage.
Absence of specific evaluation criteria, financial thresholds, and detailed technical requirements, which are deferred.
The highly specific requirement for PFI operational experience in a prison context significantly narrows the potential bidder pool.
No explicit mention of sustainability (environmental, social, innovation) criteria for a long-term, high-value contract.
Broad disclaimers regarding the indicative nature of the information, while standard, highlight the preliminary status and potential for significant changes.

Recommendations

1. Publish preliminary market engagement documents (e.g., RFI, draft specification) to provide more substance for potential bidders.
2. Clearly outline specific evaluation criteria and detailed financial/technical thresholds as early as possible for transparency.
3. Integrate broader public value objectives, including social, environmental, and innovation criteria, into the procurement process.

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

Generate DocumentsReview Documents
B
Tender Quality Score
67/ 100 · Good

Tender Assistant

Ask me anything about this tender

Tender Assistant

Hello! I'm your AI assistant for this tender. I can help you understand requirements, deadlines, eligibility criteria, and provide strategic insights.

What are the main requirements?
When is the deadline?
Who is eligible to bid?

No credit card required

Setup in 2 minutes

Save with Notes