Skip to main content
Tenders

HMP Rye Hill - Planned procurement notice

Open
Deadline
374 days left
April 05, 2027
Contract Details
Category
Restricted Procedure
Reference
001183-2026
Value
£400,000,000
Location
Leicestershire, Rutland and Northamptonshire, United Kingdom
Published
March 19, 2026
Organization
CPV Code
Project Timeline

Tender Published

January 07, 2026

Deadline for Questions

March 29, 2027

Submission Deadline

April 05, 2027

Contract Start Date

January 20, 2028

Buyer IntelligencePRO
🔒
Unlock Buyer Intelligence
See spending patterns, preferred procedures, and more.
Upgrade to Professional →
Budget
£400,000,000
Duration
144 months
Location
Leicestershire, Rutland and Northamptonshire
Type
Restricted Procedure
67
Quality Score/100
Good

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.

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

15 requirements across 5 categories

Submission (6)
Mandatory (1)
Compliance (3)
Technical (4)
Financial (1)
SUBMISSION REQUIREMENTS6
--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.
MANDATORY EXCLUSION GROUNDS1
--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 REQUIREMENTS3
--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 REQUIREMENTS4
--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.
FINANCIAL REQUIREMENTS1
--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).

Requirements Preview

Sign up to view complete requirements and analysis

Documents

1 documents available with AI summaries

Official PDF VersionPDF
001183-2026_official.pdf

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

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

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