Ministry of Justice has issued this £20,000,000 procurement for court appointed intermediary services - framework re-opening april 2026 under the Defence category. This contract is currently open for bids with 11 days remaining until the submission deadline of 27 April 2026. Firms that begin preparation immediately have time for proper due diligence, a well-structured bid and thorough evidence-gathering.
View the tender listing for Court Appointed Intermediary Services - Framework Re-Opening April 2026 for quick facts, deadlines and direct links to the tender documents.
| GBP 20bn+ | SC clearance | 3 months |
|---|---|---|
| UK annual defence procurement | Minimum personnel requirement | Minimum SC clearance timeline |
01 — What this contract is really asking for
The official tender language is written by legal and procurement teams whose primary obligation is compliance rather than clarity. What follows is a plain-English decode of what Ministry of Justice is actually seeking and what a winning response must demonstrate beyond the stated specification.
This notice relates to the re-opening of framework agreements originally awarded following a procurement exercise conducted under the PCR2015 light tough regime, following a process similar to the open procedure. The Ministry of Justice (MoJ) is inviting tenders for the provision of Court Appointed Intermediary Services (CAIS), to support vulnerable defendants in the criminal jurisdiction and vulnerable parties and witnesses in the civil, family and tribunal jurisdictions. These services will be provided in courts and tribunals in England and Wales and tribunals in Scotland. Intermediaries facilitate impartial communication to enable complete, coherent and accurate communication between vulnerable people and the courts/tribunals. Intermediaries may be instructed to provide an assessment of
Beyond what is written in the specification, experienced public sector bidders understand that authorities like Ministry of Justice simultaneously evaluate: technical capability, financial stability, cultural fit, and the risk profile of awarding to your firm versus a known incumbent. A winning bid addresses all four — even when only the first is explicitly scored.
Key insight: UK defence procurement spend exceeds GBP 20 billion annually, driven by post-2022 European security concerns.
02 — About Ministry of Justice
Ministry of Justice is a UK public sector contracting authority operating under the Procurement Act 2023. As a public body spending taxpayer money they are legally required to run transparent procurement processes treating all suppliers equally — meaning this is a genuinely open competition any qualified firm can win.
Before writing a single word of your bid, spend two hours researching Ministry of Justice on Contracts Finder. Review their previous award notices in the Defence category to understand what they have bought before, at what price points, and what evaluation rationale they published. This intelligence should directly shape your executive summary, case study selection and pricing strategy.
Important: SC clearance takes a minimum of three months. Naming individuals without confirmed active clearance is a disqualifying error.
03 — Why this contract matters
Every government contract represents public money deployed to deliver services that citizens, communities and businesses depend on. This £20,000,000 contract from Ministry of Justice is not simply a commercial transaction — it is a commitment to deliver measurable public outcomes in the Defence sector.
For the UK economy, procurement at this scale creates and sustains substantial activity across the supply chain including: cleared subcontractors, specialist technology firms, logistics providers, training simulation companies and security cleared staffing agencies. A well-structured contract in this space drives innovation, builds supplier capability and develops the procurement market future contracts will draw on.
04 — Which firms are positioned to win
The ideal bidder combines relevant sector experience with demonstrable public sector delivery capability at the appropriate scale. Firms bidding in the Defence sector should hold: SC cleared personnel, MOD supplier registration, ISO 27001, Cyber Essentials Plus. Where certifications are mandatory, firms without them are disqualified before evaluation begins. Where desirable, holding them improves scores meaningfully.
The winning bid will include three strong case studies from comparable public sector contracts — same type of authority, similar value and duration, with quantified evidenced outcomes. Generic private sector case studies score poorly. Case studies mirroring the buyer context score at the top of the range.
Key insight: Confirm the active clearance status of every named individual before submission. MOD evaluators expect current clearances not promises to obtain post-award.
05 — Sectors and industries that benefit
The primary beneficiaries are firms in the Defence space with the core capabilities to deliver as prime contractor. The opportunity extends through the supply chain: cleared subcontractors, specialist technology firms, logistics providers, training simulation companies and security cleared staffing agencies. Firms not bidding as prime can benefit as subcontractors by positioning themselves proactively with likely prime bidders before the award is made.
For adjacent sector firms, this contract represents market intelligence. Understanding what Ministry of Justice is procuring at this scale tells you where public sector spending is flowing — and where similar procurements from other authorities are likely to follow within 12 to 24 months.
06 — How to write a winning bid
The executive summary is the most important element of any public sector bid. Open by demonstrating that your firm understands precisely what Ministry of Justice is trying to achieve — not just what they have asked for, but the outcomes they need to deliver to their own stakeholders. Most evaluation frameworks use a quality-price split of 60/40 or 70/30 in favour of quality. Price competitively, not cheaply. Social value is a mandatory scored criterion — your response must be specific, measurable and tied to the contract deliverables and the Ministry of Justice local community.
The most common reasons firms lose: failing mandatory requirements buried in the specification; generic method statements not tailored to Ministry of Justice; underselling capability through vague unquantified language; poor bid structure that makes it hard for evaluators to award marks; and pricing either uncompetitively high or suspiciously low without explanation.
What to do right now
Download the full tender documents from Find a Tender Service using reference 033133-2026. Read the specification in full with particular attention to mandatory requirements, evaluation criteria weightings and any TUPE or mobilisation obligations. Make a formal go or no-go decision within 48 hours. Assign a bid lead with dedicated capacity. Draft the executive summary first — it anchors every method statement.
Key action: Access full documents at https://www.find-tender.service.gov.uk/Notice/033133-2026
Key facts
| Detail | Information |
|---|---|
| Contract title | Court Appointed Intermediary Services - Framework Re-Opening April 2026 |
| Reference | 033133-2026 |
| Authority | Ministry of Justice |
| Value | £20,000,000 |
| Status | Open — closes 27 April 2026 (11 days remaining) |
| Sector | Defence |
| CPV codes | 75231100 |
| Certifications required | SC cleared personnel, MOD supplier registration, ISO 27001, Cyber Essentials Plus |
| Tender documents | https://www.find-tender.service.gov.uk/Notice/033133-2026 |
Browse all Defence tenders on Kaeltripton. View all tenders from Ministry of Justice. See the complete UK government tenders database.
Get Defence tenders matched to your firm delivered daily. Subscribe to Tender Alerts Pro — £19/month