Buyer Name: Ministry of Justice
Buyer Address: 102 Petty France, London, UKI32, SW1H 9AJ, United Kingdom
Contact Email: MojProcurementLearningAndDevelopment@justice.gov.uk
Buyer Name: Ministry of Justice
Buyer Address: 102 Petty France, London, UKI32, SW1H 9AJ, United Kingdom
Contact Email: MojProcurementLearningAndDevelopment@justice.gov.uk
The Authority is launching a tender to procure the delivery of Community Justice Learning (CJL), which forms the academic component of the Professional Qualification in Probation (PQiP) programme. The PQiP is the mandatory training route for all Probation Officers employed by the Probation Service. It comprises a BA (Hons) Degree or Graduate Diploma in Community Justice, alongside a Level 5 Vocational Qualification in Probation Practice, which is delivered in-house by His Majesty’s Prison and Probation Service (HMPPS) staff. Under Section 10 of the Offender Management Act 2007, the Secretary of State for Justice may determine the qualifications, experience and training required to practise as a Probation Officer. Since 1 April 2016, the PQiP has been the sole statutory route to qualification. HMPPS is the only employer of Probation Officers in England and Wales, and the PQiP programme is the only route to train and qualify for this profession. The Authority holds a CJL Course Design Framework, which defines the academic structure, outcomes and learning standards that all suppliers will be required to adopt and implement during the Mobilisation Phase. Contractors will be required to design their academic course content in accordance with this framework and secure appropriate accreditation through the Regulated Qualifications Framework (RQF) or Framework for Higher Education Qualifications (FHEQ). The academic elements of the PQiP to be delivered under this contract include: • A Level 6 academic qualification forming the core programme which all learners must complete; and • Level 4 and Level 5 components providing advanced standing onto the core programme where required, depending on each learner’s prior learning and experience. Learning will be delivered through biannual cohorts across four standard entry routes: 1. Probation Services Officer Progression (PSOP); 2. Standard PQiP (post-graduate) – full-time; 3. Standard PQiP (post-graduate) – part-time; and 4. PQiP non-graduate route – full-time. Course duration will vary between 15 and 30 months, depending on the entry route and prior learning. From time to time, the Authority may wish to commission ‘optional services’ from the Supplier / Contractor. Optional Services are services which are related and complementary to the contracted Services but incidental and discrete in nature and could for example include (without limitation) specific short term academic research projects and mapping of qualifications. The estimated annual volume is approximately 1,200 learners (not guaranteed), divided across four regional Lots as follows: • Lot 1: London – estimated 22% market share • Lot 2: North East, Yorkshire and the Humber, East Midlands and West Midlands– estimated 28% market share • Lot 3: North West, Greater Manchester, Wales– estimated 22% market share • Lot 4: East of England, Kent, Surrey and Sussex, South Central, South West– estimated 27% market share The delivery model will be 100% virtual, with all learning conducted through live, synchronous online teaching (e.g. Microsoft Teams). Suppliers may offer face-to-face sessions at their own discretion and cost where beneficial to learners. The contract term will be 10.5 years, anticipated to commence in September 2026, structured as follows: • Mobilisation Phase (6 months): Development and finalisation of curriculum, securing accreditation, and readiness for delivery; • Service Delivery Phase (8.5 years): Delivery of up to 13 learner cohorts, beginning in March 2027; and • Teach-Out Phase (1.5 years): Completion period for learners who have taken breaks in learning before contract expiry. If you are interested in this opportunity, suppliers are strongly encouraged to familiarise themselves with the guidance on registering for and using the Central Digital Platform (CDP), available via Information and guidance for suppliers - GOV.UK. Full tender documentation and submission instructions will be available when the Invitation to Tender (ITT) is formally launched. The Authority will assess all Tenders in order to identify the Supplier which has submitted the Most Advantageous Tender. Most Advantageous Tender (MAT) means the Tender that offers the best value for money based on the evaluation assessment criteria. The assessment criteria chosen to determine the MAT is Price Per Quality Point (“PPQP”). The information set out in this notice, including the nature and scope of the requirement, estimated values, and CPV classifications, is provided for guidance and may be subject to change. The Authority reserves the right to amend the procurement approach or requirements at any stage and is not bound to enter into any contract as a result of this notice. All procurements remain subject to Cabinet Office and HM Treasury controls and approvals. The Ministry of Justice is using the E-Sourcing Portal, Jaggaer, for this procurement which means the ITT is available only in electronic form. To access this procurement opportunity please log on to Jaggaer at https://ministryofjusticecommercial.bravosolution.co.uk/ and search for the ITT using reference ITT_9959 – Community Justice Learning, to be able to view the ITT documents and submit a response. If you do not already have a Jaggaer account please register to create an account via the following link - https://ministryofjusticecommercial.bravosolution.co.uk/ If you have any issues registering, please contact 0845 0100 132 or e-mail esourcing@justice.gov.uk. Any queries regarding Jaggaer should be sent to the Authority’s Central Support Team (Mon – Fri 08:30 – 17:00) by calling 0845 0100 132 or by emailing: esourcing@justice.gov.uk
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/066788-2025
Link Description: Tender notice on Find a Tender
Lot Title: Lot 1 - London
Lot Description: Community Justice Learning Lot 1 - London
Lot 1 Status: active
Lot 1 Value: GBP 17,952,500
Lot 1 Value (Gross): GBP 21,543,000
Lot 1 Contract Start: 2026-09-01T00:00:00+01:00
Lot 1 Contract End: 2037-02-28T23:59:59+00:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Section 1 - Delivery to Regions within Lots
Lot 1 Award Criterion (quality): Section 2 - Course Mobilisation Services
Lot 1 Award Criterion (quality): Section 3 - Course Delivery Requirements and Curriculum, Teaching & Assessment
Lot 1 Award Criterion (quality): Section 4: Supporting Students
Lot 1 Award Criterion (quality): Section 5 – Course Governance, Contract Management, Management Information and KPI’s
Lot 1 Award Criterion (quality): Section 6 - Social Value
Lot Title: Lot 2 - North East, Yorkshire and the Humber, East Midlands and West Midlands
Lot Description: Community Justice Learning Lot 2 - North East, Yorkshire and the Humber, East Midlands and West Midlands
Lot 2 Status: active
Lot 2 Value: GBP 22,772,500
Lot 2 Value (Gross): GBP 27,327,000
Lot 2 Contract Start: 2026-09-01T00:00:00+01:00
Lot 2 Contract End: 2037-02-28T23:59:59+00:00
Lot 2 SME Suitable: Yes
Lot 2 Award Criterion (quality): Section 1 - Delivery to Regions within Lots
Lot 2 Award Criterion (quality): Section 2 - Course Mobilisation Services
Lot 2 Award Criterion (quality): Section 3 - Course Delivery Requirements and Curriculum, Teaching & Assessment
Lot 2 Award Criterion (quality): Section 4: Supporting Students
Lot 2 Award Criterion (quality): Section 5 – Course Governance, Contract Management, Management Information and KPI’s
Lot 2 Award Criterion (quality): Section 6 - Social Value
Lot Title: Lot 3 - North West, Greater Manchester Wales
Lot Description: Community Justice Learning Lot 3 - North West, Greater Manchester, Wales
Lot 3 Status: active
Lot 3 Value: GBP 17,782,500
Lot 3 Value (Gross): GBP 21,339,000
Lot 3 Contract Start: 2026-09-01T00:00:00+01:00
Lot 3 Contract End: 2037-02-28T23:59:59+00:00
Lot 3 SME Suitable: Yes
Lot 3 Award Criterion (quality): Section 1 - Delivery to Regions within Lots
Lot 3 Award Criterion (quality): Section 2 - Course Mobilisation Services
Lot 3 Award Criterion (quality): Section 3 - Course Delivery Requirements and Curriculum, Teaching & Assessment
Lot 3 Award Criterion (quality): Section 4: Supporting Students
Lot 3 Award Criterion (quality): Section 5 – Course Governance, Contract Management, Management Information and KPI’s
Lot 3 Award Criterion (quality): Section 6 - Social Value
Lot Title: Lot 4 - East of England, Kent, Surrey and Sussex, South Central, South West
Lot Description: Community Justice Learning Lot 4: East of England, Kent, Surrey and Sussex, South Central, South West
Lot 4 Status: active
Lot 4 Value: GBP 22,012,500
Lot 4 Value (Gross): GBP 26,415,000
Lot 4 Contract Start: 2026-09-01T00:00:00+01:00
Lot 4 Contract End: 2037-02-28T23:59:59+00:00
Lot 4 SME Suitable: Yes
Lot 4 Award Criterion (quality): Section 1 - Delivery to Regions within Lots
Lot 4 Award Criterion (quality): Section 2 - Course Mobilisation Services
Lot 4 Award Criterion (quality): Section 3 - Course Delivery Requirements and Curriculum, Teaching & Assessment
Lot 4 Award Criterion (quality): Section 4: Supporting Students
Lot 4 Award Criterion (quality): Section 5 – Course Governance, Contract Management, Management Information and KPI’s
Lot 4 Award Criterion (quality): Section 6 - Social Value
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PDNN-2773-HVYN",
"name": "Ministry of Justice"
},
"date": "2025-10-20T15:23:18+01:00",
"id": "066788-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-0504cd",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "SW1H 9AJ",
"region": "UKI32",
"streetAddress": "102 Petty France"
},
"contactPoint": {
"email": "MojProcurementLearningAndDevelopment@justice.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - central government",
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://www.gov.uk/government/organisations/ministry-of-justice/about/procurement"
},
"id": "GB-PPON-PDNN-2773-HVYN",
"identifier": {
"id": "PDNN-2773-HVYN",
"scheme": "GB-PPON"
},
"name": "Ministry of Justice",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-07-14T23:59:59+01:00"
},
"description": "The Authority is launching a tender to procure the delivery of Community Justice Learning (CJL), which forms the academic component of the Professional Qualification in Probation (PQiP) programme.\nThe PQiP is the mandatory training route for all Probation Officers employed by the Probation Service. It comprises a BA (Hons) Degree or Graduate Diploma in Community Justice, alongside a Level 5 Vocational Qualification in Probation Practice, which is delivered in-house by His Majesty\u2019s Prison and Probation Service (HMPPS) staff.\nUnder Section 10 of the Offender Management Act 2007, the Secretary of State for Justice may determine the qualifications, experience and training required to practise as a Probation Officer. Since 1 April 2016, the PQiP has been the sole statutory route to qualification. HMPPS is the only employer of Probation Officers in England and Wales, and the PQiP programme is the only route to train and qualify for this profession.\nThe Authority holds a CJL Course Design Framework, which defines the academic structure, outcomes and learning standards that all suppliers will be required to adopt and implement during the Mobilisation Phase. Contractors will be required to design their academic course content in accordance with this framework and secure appropriate accreditation through the Regulated Qualifications Framework (RQF) or Framework for Higher Education Qualifications (FHEQ).\nThe academic elements of the PQiP to be delivered under this contract include:\n\u2022\tA Level 6 academic qualification forming the core programme which all learners must complete; and\n\u2022\tLevel 4 and Level 5 components providing advanced standing onto the core programme where required, depending on each learner\u2019s prior learning and experience.\nLearning will be delivered through biannual cohorts across four standard entry routes:\n1.\tProbation Services Officer Progression (PSOP);\n2.\tStandard PQiP (post-graduate) \u2013 full-time;\n3.\tStandard PQiP (post-graduate) \u2013 part-time; and\n4.\tPQiP non-graduate route \u2013 full-time.\nCourse duration will vary between 15 and 30 months, depending on the entry route and prior learning.\nFrom time to time, the Authority may wish to commission \u2018optional services\u2019 from the Supplier / Contractor. Optional Services are services which are related and complementary to the contracted Services but incidental and discrete in nature and could for example include (without limitation) specific short term academic research projects and mapping of qualifications. \nThe estimated annual volume is approximately 1,200 learners (not guaranteed), divided across four regional Lots as follows:\n\u2022\tLot 1: London \u2013 estimated 22% market share\n\u2022\tLot 2: North East, Yorkshire and the Humber, East Midlands and West Midlands\u2013 estimated 28% market share\n\u2022\tLot 3: North West, Greater Manchester, Wales\u2013 estimated 22% market share\n\u2022\tLot 4: East of England, Kent, Surrey and Sussex, South Central, South West\u2013 estimated 27% market share\nThe delivery model will be 100% virtual, with all learning conducted through live, synchronous online teaching (e.g. Microsoft Teams). Suppliers may offer face-to-face sessions at their own discretion and cost where beneficial to learners.\nThe contract term will be 10.5 years, anticipated to commence in September 2026, structured as follows:\n\u2022\tMobilisation Phase (6 months): Development and finalisation of curriculum, securing accreditation, and readiness for delivery;\n\u2022\tService Delivery Phase (8.5 years): Delivery of up to 13 learner cohorts, beginning in March 2027; and\n\u2022\tTeach-Out Phase (1.5 years): Completion period for learners who have taken breaks in learning before contract expiry.\nIf you are interested in this opportunity, suppliers are strongly encouraged to familiarise themselves with the guidance on registering for and using the Central Digital Platform (CDP), available via Information and guidance for suppliers - GOV.UK. \nFull tender documentation and submission instructions will be available when the Invitation to Tender (ITT) is formally launched. The Authority will assess all Tenders in order to identify the Supplier which has submitted the Most Advantageous Tender. Most Advantageous Tender (MAT) means the Tender that offers the best value for money based on the evaluation assessment criteria. The assessment criteria chosen to determine the MAT is Price Per Quality Point (\u201cPPQP\u201d).\nThe information set out in this notice, including the nature and scope of the requirement, estimated values, and CPV classifications, is provided for guidance and may be subject to change. The Authority reserves the right to amend the procurement approach or requirements at any stage and is not bound to enter into any contract as a result of this notice. All procurements remain subject to Cabinet Office and HM Treasury controls and approvals.\nThe Ministry of Justice is using the E-Sourcing Portal, Jaggaer, for this procurement which means the ITT is available only in electronic form. To access this procurement opportunity please log on to Jaggaer at https://ministryofjusticecommercial.bravosolution.co.uk/ and search for the ITT using reference ITT_9959 \u2013 Community Justice Learning, to be able to view the ITT documents and submit a response.\n If you do not already have a Jaggaer account please register to create an account via the following link - https://ministryofjusticecommercial.bravosolution.co.uk/\n If you have any issues registering, please contact 0845 0100 132 or e-mail esourcing@justice.gov.uk.\n Any queries regarding Jaggaer should be sent to the Authority\u2019s Central Support Team (Mon \u2013 Fri 08:30 \u2013 17:00) by calling 0845 0100 132 or by emailing: esourcing@justice.gov.uk",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2025-10-20T15:23:18+01:00",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "066788-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/066788-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-10-31T23:59:00+00:00"
},
"hasRecurrence": true,
"id": "ocds-h6vhtk-0504cd",
"items": [
{
"additionalClassifications": [
{
"description": "Education and training services",
"id": "80000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Education and training services",
"id": "80000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG"
}
],
"id": "2",
"relatedLot": "2"
},
{
"additionalClassifications": [
{
"description": "Education and training services",
"id": "80000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD3"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKL"
}
],
"id": "3",
"relatedLot": "3"
},
{
"additionalClassifications": [
{
"description": "Education and training services",
"id": "80000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ4"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ2"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ"
}
],
"id": "4",
"relatedLot": "4"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "Lot Specific Questions",
"name": "Section 1 - Delivery to Regions within Lots",
"type": "quality"
},
{
"description": "Mobilisation Plan\nAcademic and other Personal used during the Mobilisation Phase",
"name": "Section 2 - Course Mobilisation Services",
"type": "quality"
},
{
"description": "Course Delivery\nQuality Assurance\nAcademic Staff during course delivery\nSupport services and Support Staff",
"name": "Section 3 - Course Delivery Requirements and Curriculum, Teaching \u0026 Assessment",
"type": "quality"
},
{
"description": "Learner Support",
"name": "Section 4: Supporting Students",
"type": "quality"
},
{
"description": "Performance Monitoring\nRisk Management and Contingency Plans",
"name": "Section 5 \u2013 Course Governance, Contract Management, Management Information and KPI\u2019s",
"type": "quality"
},
{
"description": "Creating a pipeline of opportunities for the contract workforce, reducing barriers to entry for under-represented groups.\nIncreasing productivity through physical and mental wellbeing: in the supply chain and communities in the relevant area.",
"name": "Section 6 - Social Value",
"type": "quality"
}
],
"weightingDescription": "Please see \u0027Table 3: Technical Envelope \u2013 Question Headings and Weightings\u0027 in the CJL - ITT Appendix 1 Invitation to Tender\u0027 document for full details.\nSection 1 - Delivery to Regions within Lots - Pass/Fail - Suppliers need to score 2 or more to pass.\nSection 2 - Course Mobilisation Services - 15%\nSection 3 - Course Delivery Requirements and Curriculum, Teaching \u0026 - 55% \nSection 4: Supporting Students - 10%\nSection 5 \u2013 Course Governance, Contract Management, Management Information and KPI\u2019s - 10%\nSection 6 - Social Value - 10%\n*NOTE\n* - Questions 2.7.1- 2.11.2 - Suppliers must achieve a minimum score of 2 on each question to pass, with the exception of Question 2.8.1, where there is a minimum score of 3 to pass. \n* - A minimum percentage weighted score of 60% is required for Technical Envelope Questions 2.7.1-2.10.2"
},
"contractPeriod": {
"endDate": "2037-02-28T23:59:59+00:00",
"startDate": "2026-09-01T00:00:00+01:00"
},
"description": "Community Justice Learning Lot 1 - London",
"id": "1",
"selectionCriteria": {
"criteria": [
{
"description": "FINANCIAL CAPACITY\nPSQ 12. Please refer to the FVRA template, instructions/guidance and evaluation \ncriteria.\nPSQ 13. Are you relying on another Supplier to act as a guarantor? The Supplier acting as a guarantor will be required to complete the FVRA \nPSQ 13a. (If you answered Yes to PSQ 13), please provide this Supplier\u2019s name and evidence of their economic and financial standing.\nINSURANCE\nPSQ 14. Please confirm whether you already have, or can commit to obtain, prior to Contract signature, the levels of insurance cover indicated below: \na.\tEmployer\u2019s (Compulsory) Liability Insurance* = \u00a310,000,000 any one occurrence the number of occurrences being unlimited in any annual period if insurance.\nb.\tPublic and Products Liability Insurance = \u00a310,000,000 in respect of any one occurrence, the number of occurrences being unlimited in any annual policy period, but \u00a310,000,000 in the aggregate per annum in respect of products and pollution liability (to the extent insured by the policy] \nc.\tProfessional Indemnity Insurance = \u00a35,000,000 in respect of any one claim, and in the annual aggregate during the period of insurance \nd.\tMotor Third Party Liability Insurance ** = Unlimited each and every occurrence the number of occurrences being unlimited in any annual policy period for third party death / bodily injury claims and \u00a31,000,000 any one occurrence the number of occurrences being unlimited in any annual policy period for third party property damage claim.\n*There is a legal requirement in the United Kingdom for certain employers to hold Employer\u2019s Liability Insurance of \u00a35 million as a minimum. See the Health and Safety Executive website for more information: www.hse.gov.uk/pubns/hse39.pdf \n** There is a legal requirement in the United Kingdom for any user of a motor vehicle on the public highway to hold Motor Third Party Liability Insurance\nPSQ14a If you have answered \u2018Yes\u2019 to PSQ 14 please refer to the Insurance Response Table attached, fill out and submit in response to this PSQ 14a.\nCOMPLIANCE WITH THE UK GENERAL DATA PROTECTION REGULATION\nPSQ15. Please confirm that you have in place, or will have in place by Contract signature, the human and technical resources to perform and comply with the GDPR clauses within Appendix 2: Terms and Conditions by Contract signature.",
"type": "economic"
},
{
"description": "TECHNICAL ABILITY \nPSQ 16. Please confirm and provide evidence of your experience in the development and delivery of criminal justice degree programmes. \n Your response must demonstrate: \nPrevious delivery of a at least one criminal justice degree programme, covering levels 4, 5 and 6 on the Recognised Qualifications Framework\nPlease provide details of the scale of provision (e.g. number of students taught, duration of delivery), validation/accreditation details and levels taught (covering levels 4 \u2013 6 inclusive on the Recognised Qualifications Framework). \n\u2022\tThat your organisation has established processes for developing and maintaining criminal justice curricula that are evidence-based and regularly updated in line with: \n\u2022\tdevelopments in the criminal justice sector (for example: policy and legislative changes, emerging research, advances in practice such as trauma-informed approaches, and new or evolving areas of criminal justice study such as cybercrime or counter-terrorism); and\n\u2022\tthe quality and standards expected within the higher education sector \n\u2022\tThat you have employed recognised teaching and learning approaches with reference to positive outcomes they have led to (e.g. retention, student feedback, external examiner comments) \nPlease note the definition of criminal justice degree programmes includes, but is not limited to: \n\u2022\tCriminology and Criminal Justice BSc/BA (Hons) \n\u2022\tPolicing Studies BA (Hons) \n\u2022\tCriminal Investigation and Policing BA (Hons) \n\u2022\tCounter Terrorism, Intelligence and Cybercrime BSc (Hons) \n\u2022\tApplied Criminal Justice BSc (Hons) \n\u2022\tCriminology and Law BA (Hons) \n\u2022\tForensic Psychology and Criminal Justice BSc (Hons) \n\u2022\tYouth Justice BA (Hons)\nResponse format: two-page maximum limit for this question \u2013 Arial font, font size 12\nTECHNICAL - DEGREE AWARDING POWERS\nPSQ 17. Do you currently have UK degree awarding powers? As with any Condition of Participation, you may rely on an Associated Person to fulfil this requirement \nPSQ 17a. If you have answered \u201cNo\u201d to PSQ 17, please confirm if you (or an Associated Person) will be able to obtain UK degree awarding powers within 1 week of the date on which the Contract Award Notice is published by providing detail to demonstrate how you will achieve this.\nCYBER ESSENTIALS\nPSQ 18 - Do you currently have Cyber Essentials Certification? If not, please confirm you will have certification in place by the end of Mobilisation Milestone 1 (27th November 2026)",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Lot 1 - London",
"value": {
"amount": 17952500,
"amountGross": 21543000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Lot Specific Questions",
"name": "Section 1 - Delivery to Regions within Lots",
"type": "quality"
},
{
"description": "Mobilisation Plan\nAcademic and other Personal used during the Mobilisation Phase",
"name": "Section 2 - Course Mobilisation Services",
"type": "quality"
},
{
"description": "Course Delivery\nQuality Assurance\nAcademic Staff during course delivery\nSupport services and Support Staff",
"name": "Section 3 - Course Delivery Requirements and Curriculum, Teaching \u0026 Assessment",
"type": "quality"
},
{
"description": "Learner Support",
"name": "Section 4: Supporting Students",
"type": "quality"
},
{
"description": "Performance Monitoring\nRisk Management and Contingency Plans",
"name": "Section 5 \u2013 Course Governance, Contract Management, Management Information and KPI\u2019s",
"type": "quality"
},
{
"description": "Creating a pipeline of opportunities for the contract workforce, reducing barriers to entry for under-represented groups.\nIncreasing productivity through physical and mental wellbeing: in the supply chain and communities in the relevant area.",
"name": "Section 6 - Social Value",
"type": "quality"
}
],
"weightingDescription": "Please see \u0027Table 3: Technical Envelope \u2013 Question Headings and Weightings\u0027 in the CJL - ITT Appendix 1 Invitation to Tender\u0027 document for full details.\nSection 1 - Delivery to Regions within Lots - Pass/Fail - Suppliers need to score 2 or more to pass.\nSection 2 - Course Mobilisation Services - 15%\nSection 3 - Course Delivery Requirements and Curriculum, Teaching \u0026 - 55% \nSection 4: Supporting Students - 10%\nSection 5 \u2013 Course Governance, Contract Management, Management Information and KPI\u2019s - 10%\nSection 6 - Social Value - 10%\n*NOTE\n* - Questions 2.7.1- 2.11.2 - Suppliers must achieve a minimum score of 2 on each question to pass, with the exception of Question 2.8.1, where there is a minimum score of 3 to pass. \n* - A minimum percentage weighted score of 60% is required for Technical Envelope Questions 2.7.1-2.10.2"
},
"contractPeriod": {
"endDate": "2037-02-28T23:59:59+00:00",
"startDate": "2026-09-01T00:00:00+01:00"
},
"description": "Community Justice Learning Lot 2 - North East, Yorkshire and the Humber, East Midlands and West Midlands",
"id": "2",
"selectionCriteria": {
"criteria": [
{
"description": "FINANCIAL CAPACITY\nPSQ 12. Please refer to the FVRA template, instructions/guidance and evaluation \ncriteria.\nPSQ 13. Are you relying on another Supplier to act as a guarantor? The Supplier acting as a guarantor will be required to complete the FVRA \nPSQ 13a. (If you answered Yes to PSQ 13), please provide this Supplier\u2019s name and evidence of their economic and financial standing.\nINSURANCE\nPSQ 14. Please confirm whether you already have, or can commit to obtain, prior to Contract signature, the levels of insurance cover indicated below: \na.\tEmployer\u2019s (Compulsory) Liability Insurance* = \u00a310,000,000 any one occurrence the number of occurrences being unlimited in any annual period if insurance.\nb.\tPublic and Products Liability Insurance = \u00a310,000,000 in respect of any one occurrence, the number of occurrences being unlimited in any annual policy period, but \u00a310,000,000 in the aggregate per annum in respect of products and pollution liability (to the extent insured by the policy] \nc.\tProfessional Indemnity Insurance = \u00a35,000,000 in respect of any one claim, and in the annual aggregate during the period of insurance \nd.\tMotor Third Party Liability Insurance ** = Unlimited each and every occurrence the number of occurrences being unlimited in any annual policy period for third party death / bodily injury claims and \u00a31,000,000 any one occurrence the number of occurrences being unlimited in any annual policy period for third party property damage claim.\n*There is a legal requirement in the United Kingdom for certain employers to hold Employer\u2019s Liability Insurance of \u00a35 million as a minimum. See the Health and Safety Executive website for more information: www.hse.gov.uk/pubns/hse39.pdf \n** There is a legal requirement in the United Kingdom for any user of a motor vehicle on the public highway to hold Motor Third Party Liability Insurance\nPSQ14a If you have answered \u2018Yes\u2019 to PSQ 14 please refer to the Insurance Response Table attached, fill out and submit in response to this PSQ 14a.\nCOMPLIANCE WITH THE UK GENERAL DATA PROTECTION REGULATION\nPSQ15. Please confirm that you have in place, or will have in place by Contract signature, the human and technical resources to perform and comply with the GDPR clauses within Appendix 2: Terms and Conditions by Contract signature.",
"type": "economic"
},
{
"description": "TECHNICAL ABILITY \nPSQ 16. Please confirm and provide evidence of your experience in the development and delivery of criminal justice degree programmes. \n Your response must demonstrate: \nPrevious delivery of a at least one criminal justice degree programme, covering levels 4, 5 and 6 on the Recognised Qualifications Framework\nPlease provide details of the scale of provision (e.g. number of students taught, duration of delivery), validation/accreditation details and levels taught (covering levels 4 \u2013 6 inclusive on the Recognised Qualifications Framework). \n\u2022\tThat your organisation has established processes for developing and maintaining criminal justice curricula that are evidence-based and regularly updated in line with: \n\u2022\tdevelopments in the criminal justice sector (for example: policy and legislative changes, emerging research, advances in practice such as trauma-informed approaches, and new or evolving areas of criminal justice study such as cybercrime or counter-terrorism); and\n\u2022\tthe quality and standards expected within the higher education sector \n\u2022\tThat you have employed recognised teaching and learning approaches with reference to positive outcomes they have led to (e.g. retention, student feedback, external examiner comments) \nPlease note the definition of criminal justice degree programmes includes, but is not limited to: \n\u2022\tCriminology and Criminal Justice BSc/BA (Hons) \n\u2022\tPolicing Studies BA (Hons) \n\u2022\tCriminal Investigation and Policing BA (Hons) \n\u2022\tCounter Terrorism, Intelligence and Cybercrime BSc (Hons) \n\u2022\tApplied Criminal Justice BSc (Hons) \n\u2022\tCriminology and Law BA (Hons) \n\u2022\tForensic Psychology and Criminal Justice BSc (Hons) \n\u2022\tYouth Justice BA (Hons)\nResponse format: two-page maximum limit for this question \u2013 Arial font, font size 12\nTECHNICAL - DEGREE AWARDING POWERS\nPSQ 17. Do you currently have UK degree awarding powers? As with any Condition of Participation, you may rely on an Associated Person to fulfil this requirement \nPSQ 17a. If you have answered \u201cNo\u201d to PSQ 17, please confirm if you (or an Associated Person) will be able to obtain UK degree awarding powers within 1 week of the date on which the Contract Award Notice is published by providing detail to demonstrate how you will achieve this.\nCYBER ESSENTIALS\nPSQ 18 - Do you currently have Cyber Essentials Certification? If not, please confirm you will have certification in place by the end of Mobilisation Milestone 1 (27th November 2026)",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Lot 2 - North East, Yorkshire and the Humber, East Midlands and West Midlands",
"value": {
"amount": 22772500,
"amountGross": 27327000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Lot Specific Questions",
"name": "Section 1 - Delivery to Regions within Lots",
"type": "quality"
},
{
"description": "Mobilisation Plan\nAcademic and other Personal used during the Mobilisation Phase",
"name": "Section 2 - Course Mobilisation Services",
"type": "quality"
},
{
"description": "Course Delivery\nQuality Assurance\nAcademic Staff during course delivery\nSupport services and Support Staff",
"name": "Section 3 - Course Delivery Requirements and Curriculum, Teaching \u0026 Assessment",
"type": "quality"
},
{
"description": "Learner Support",
"name": "Section 4: Supporting Students",
"type": "quality"
},
{
"description": "Performance Monitoring\nRisk Management and Contingency Plans",
"name": "Section 5 \u2013 Course Governance, Contract Management, Management Information and KPI\u2019s",
"type": "quality"
},
{
"description": "Creating a pipeline of opportunities for the contract workforce, reducing barriers to entry for under-represented groups.\nIncreasing productivity through physical and mental wellbeing: in the supply chain and communities in the relevant area.",
"name": "Section 6 - Social Value",
"type": "quality"
}
],
"weightingDescription": "Please see \u0027Table 3: Technical Envelope \u2013 Question Headings and Weightings\u0027 in the CJL - ITT Appendix 1 Invitation to Tender\u0027 document for full details.\nSection 1 - Delivery to Regions within Lots - Pass/Fail - Suppliers need to score 2 or more to pass.\nSection 2 - Course Mobilisation Services - 15%\nSection 3 - Course Delivery Requirements and Curriculum, Teaching \u0026 - 55% \nSection 4: Supporting Students - 10%\nSection 5 \u2013 Course Governance, Contract Management, Management Information and KPI\u2019s - 10%\nSection 6 - Social Value - 10%\n*NOTE\n* - Questions 2.7.1- 2.11.2 - Suppliers must achieve a minimum score of 2 on each question to pass, with the exception of Question 2.8.1, where there is a minimum score of 3 to pass. \n* - A minimum percentage weighted score of 60% is required for Technical Envelope Questions 2.7.1-2.10.2"
},
"contractPeriod": {
"endDate": "2037-02-28T23:59:59+00:00",
"startDate": "2026-09-01T00:00:00+01:00"
},
"description": "Community Justice Learning Lot 3 - North West, Greater Manchester, Wales",
"id": "3",
"selectionCriteria": {
"criteria": [
{
"description": "FINANCIAL CAPACITY\nPSQ 12. Please refer to the FVRA template, instructions/guidance and evaluation \ncriteria.\nPSQ 13. Are you relying on another Supplier to act as a guarantor? The Supplier acting as a guarantor will be required to complete the FVRA \nPSQ 13a. (If you answered Yes to PSQ 13), please provide this Supplier\u2019s name and evidence of their economic and financial standing.\nINSURANCE\nPSQ 14. Please confirm whether you already have, or can commit to obtain, prior to Contract signature, the levels of insurance cover indicated below: \na.\tEmployer\u2019s (Compulsory) Liability Insurance* = \u00a310,000,000 any one occurrence the number of occurrences being unlimited in any annual period if insurance.\nb.\tPublic and Products Liability Insurance = \u00a310,000,000 in respect of any one occurrence, the number of occurrences being unlimited in any annual policy period, but \u00a310,000,000 in the aggregate per annum in respect of products and pollution liability (to the extent insured by the policy] \nc.\tProfessional Indemnity Insurance = \u00a35,000,000 in respect of any one claim, and in the annual aggregate during the period of insurance \nd.\tMotor Third Party Liability Insurance ** = Unlimited each and every occurrence the number of occurrences being unlimited in any annual policy period for third party death / bodily injury claims and \u00a31,000,000 any one occurrence the number of occurrences being unlimited in any annual policy period for third party property damage claim.\n*There is a legal requirement in the United Kingdom for certain employers to hold Employer\u2019s Liability Insurance of \u00a35 million as a minimum. See the Health and Safety Executive website for more information: www.hse.gov.uk/pubns/hse39.pdf \n** There is a legal requirement in the United Kingdom for any user of a motor vehicle on the public highway to hold Motor Third Party Liability Insurance\nPSQ14a If you have answered \u2018Yes\u2019 to PSQ 14 please refer to the Insurance Response Table attached, fill out and submit in response to this PSQ 14a.\nCOMPLIANCE WITH THE UK GENERAL DATA PROTECTION REGULATION\nPSQ15. Please confirm that you have in place, or will have in place by Contract signature, the human and technical resources to perform and comply with the GDPR clauses within Appendix 2: Terms and Conditions by Contract signature.",
"type": "economic"
},
{
"description": "TECHNICAL ABILITY \nPSQ 16. Please confirm and provide evidence of your experience in the development and delivery of criminal justice degree programmes. \n Your response must demonstrate: \nPrevious delivery of a at least one criminal justice degree programme, covering levels 4, 5 and 6 on the Recognised Qualifications Framework\nPlease provide details of the scale of provision (e.g. number of students taught, duration of delivery), validation/accreditation details and levels taught (covering levels 4 \u2013 6 inclusive on the Recognised Qualifications Framework). \n\u2022\tThat your organisation has established processes for developing and maintaining criminal justice curricula that are evidence-based and regularly updated in line with: \n\u2022\tdevelopments in the criminal justice sector (for example: policy and legislative changes, emerging research, advances in practice such as trauma-informed approaches, and new or evolving areas of criminal justice study such as cybercrime or counter-terrorism); and\n\u2022\tthe quality and standards expected within the higher education sector \n\u2022\tThat you have employed recognised teaching and learning approaches with reference to positive outcomes they have led to (e.g. retention, student feedback, external examiner comments) \nPlease note the definition of criminal justice degree programmes includes, but is not limited to: \n\u2022\tCriminology and Criminal Justice BSc/BA (Hons) \n\u2022\tPolicing Studies BA (Hons) \n\u2022\tCriminal Investigation and Policing BA (Hons) \n\u2022\tCounter Terrorism, Intelligence and Cybercrime BSc (Hons) \n\u2022\tApplied Criminal Justice BSc (Hons) \n\u2022\tCriminology and Law BA (Hons) \n\u2022\tForensic Psychology and Criminal Justice BSc (Hons) \n\u2022\tYouth Justice BA (Hons)\nResponse format: two-page maximum limit for this question \u2013 Arial font, font size 12\nTECHNICAL - DEGREE AWARDING POWERS\nPSQ 17. Do you currently have UK degree awarding powers? As with any Condition of Participation, you may rely on an Associated Person to fulfil this requirement \nPSQ 17a. If you have answered \u201cNo\u201d to PSQ 17, please confirm if you (or an Associated Person) will be able to obtain UK degree awarding powers within 1 week of the date on which the Contract Award Notice is published by providing detail to demonstrate how you will achieve this.\nCYBER ESSENTIALS\nPSQ 18 - Do you currently have Cyber Essentials Certification? If not, please confirm you will have certification in place by the end of Mobilisation Milestone 1 (27th November 2026)",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Lot 3 - North West, Greater Manchester Wales",
"value": {
"amount": 17782500,
"amountGross": 21339000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Lot Specific Questions",
"name": "Section 1 - Delivery to Regions within Lots",
"type": "quality"
},
{
"description": "Mobilisation Plan\nAcademic and other Personal used during the Mobilisation Phase",
"name": "Section 2 - Course Mobilisation Services",
"type": "quality"
},
{
"description": "Course Delivery\nQuality Assurance\nAcademic Staff during course delivery\nSupport services and Support Staff",
"name": "Section 3 - Course Delivery Requirements and Curriculum, Teaching \u0026 Assessment",
"type": "quality"
},
{
"description": "Learner Support",
"name": "Section 4: Supporting Students",
"type": "quality"
},
{
"description": "Performance Monitoring\nRisk Management and Contingency Plans",
"name": "Section 5 \u2013 Course Governance, Contract Management, Management Information and KPI\u2019s",
"type": "quality"
},
{
"description": "Creating a pipeline of opportunities for the contract workforce, reducing barriers to entry for under-represented groups.\nIncreasing productivity through physical and mental wellbeing: in the supply chain and communities in the relevant area.",
"name": "Section 6 - Social Value",
"type": "quality"
}
],
"weightingDescription": "Please see \u0027Table 3: Technical Envelope \u2013 Question Headings and Weightings\u0027 in the CJL - ITT Appendix 1 Invitation to Tender\u0027 document for full details.\nSection 1 - Delivery to Regions within Lots - Pass/Fail - Suppliers need to score 2 or more to pass.\nSection 2 - Course Mobilisation Services - 15%\nSection 3 - Course Delivery Requirements and Curriculum, Teaching \u0026 - 55% \nSection 4: Supporting Students - 10%\nSection 5 \u2013 Course Governance, Contract Management, Management Information and KPI\u2019s - 10%\nSection 6 - Social Value - 10%\n*NOTE\n* - Questions 2.7.1- 2.11.2 - Suppliers must achieve a minimum score of 2 on each question to pass, with the exception of Question 2.8.1, where there is a minimum score of 3 to pass. \n* - A minimum percentage weighted score of 60% is required for Technical Envelope Questions 2.7.1-2.10.2"
},
"contractPeriod": {
"endDate": "2037-02-28T23:59:59+00:00",
"startDate": "2026-09-01T00:00:00+01:00"
},
"description": "Community Justice Learning Lot 4: East of England, Kent, Surrey and Sussex, South Central, South West",
"id": "4",
"selectionCriteria": {
"criteria": [
{
"description": "FINANCIAL CAPACITY\nPSQ 12. Please refer to the FVRA template, instructions/guidance and evaluation \ncriteria.\nPSQ 13. Are you relying on another Supplier to act as a guarantor? The Supplier acting as a guarantor will be required to complete the FVRA \nPSQ 13a. (If you answered Yes to PSQ 13), please provide this Supplier\u2019s name and evidence of their economic and financial standing.\nINSURANCE\nPSQ 14. Please confirm whether you already have, or can commit to obtain, prior to Contract signature, the levels of insurance cover indicated below: \na.\tEmployer\u2019s (Compulsory) Liability Insurance* = \u00a310,000,000 any one occurrence the number of occurrences being unlimited in any annual period if insurance.\nb.\tPublic and Products Liability Insurance = \u00a310,000,000 in respect of any one occurrence, the number of occurrences being unlimited in any annual policy period, but \u00a310,000,000 in the aggregate per annum in respect of products and pollution liability (to the extent insured by the policy] \nc.\tProfessional Indemnity Insurance = \u00a35,000,000 in respect of any one claim, and in the annual aggregate during the period of insurance \nd.\tMotor Third Party Liability Insurance ** = Unlimited each and every occurrence the number of occurrences being unlimited in any annual policy period for third party death / bodily injury claims and \u00a31,000,000 any one occurrence the number of occurrences being unlimited in any annual policy period for third party property damage claim.\n*There is a legal requirement in the United Kingdom for certain employers to hold Employer\u2019s Liability Insurance of \u00a35 million as a minimum. See the Health and Safety Executive website for more information: www.hse.gov.uk/pubns/hse39.pdf \n** There is a legal requirement in the United Kingdom for any user of a motor vehicle on the public highway to hold Motor Third Party Liability Insurance\nPSQ14a If you have answered \u2018Yes\u2019 to PSQ 14 please refer to the Insurance Response Table attached, fill out and submit in response to this PSQ 14a.\nCOMPLIANCE WITH THE UK GENERAL DATA PROTECTION REGULATION\nPSQ15. Please confirm that you have in place, or will have in place by Contract signature, the human and technical resources to perform and comply with the GDPR clauses within Appendix 2: Terms and Conditions by Contract signature.",
"type": "economic"
},
{
"description": "TECHNICAL ABILITY \nPSQ 16. Please confirm and provide evidence of your experience in the development and delivery of criminal justice degree programmes. \n Your response must demonstrate: \nPrevious delivery of a at least one criminal justice degree programme, covering levels 4, 5 and 6 on the Recognised Qualifications Framework\nPlease provide details of the scale of provision (e.g. number of students taught, duration of delivery), validation/accreditation details and levels taught (covering levels 4 \u2013 6 inclusive on the Recognised Qualifications Framework). \n\u2022\tThat your organisation has established processes for developing and maintaining criminal justice curricula that are evidence-based and regularly updated in line with: \n\u2022\tdevelopments in the criminal justice sector (for example: policy and legislative changes, emerging research, advances in practice such as trauma-informed approaches, and new or evolving areas of criminal justice study such as cybercrime or counter-terrorism); and\n\u2022\tthe quality and standards expected within the higher education sector \n\u2022\tThat you have employed recognised teaching and learning approaches with reference to positive outcomes they have led to (e.g. retention, student feedback, external examiner comments) \nPlease note the definition of criminal justice degree programmes includes, but is not limited to: \n\u2022\tCriminology and Criminal Justice BSc/BA (Hons) \n\u2022\tPolicing Studies BA (Hons) \n\u2022\tCriminal Investigation and Policing BA (Hons) \n\u2022\tCounter Terrorism, Intelligence and Cybercrime BSc (Hons) \n\u2022\tApplied Criminal Justice BSc (Hons) \n\u2022\tCriminology and Law BA (Hons) \n\u2022\tForensic Psychology and Criminal Justice BSc (Hons) \n\u2022\tYouth Justice BA (Hons)\nResponse format: two-page maximum limit for this question \u2013 Arial font, font size 12\nTECHNICAL - DEGREE AWARDING POWERS\nPSQ 17. Do you currently have UK degree awarding powers? As with any Condition of Participation, you may rely on an Associated Person to fulfil this requirement \nPSQ 17a. If you have answered \u201cNo\u201d to PSQ 17, please confirm if you (or an Associated Person) will be able to obtain UK degree awarding powers within 1 week of the date on which the Contract Award Notice is published by providing detail to demonstrate how you will achieve this.\nCYBER ESSENTIALS\nPSQ 18 - Do you currently have Cyber Essentials Certification? If not, please confirm you will have certification in place by the end of Mobilisation Milestone 1 (27th November 2026)",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Lot 4 - East of England, Kent, Surrey and Sussex, South Central, South West",
"value": {
"amount": 22012500,
"amountGross": 26415000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"recurrence": {
"dates": [
{
"startDate": "2036-10-17T23:59:59+01:00"
}
]
},
"specialRegime": [
"lightTouch"
],
"status": "active",
"submissionMethodDetails": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-11-19T14:00:00+00:00"
},
"title": "Community Justice Learning (Professional Qualification in Probation)",
"value": {
"amount": 80520000,
"amountGross": 96624000,
"currency": "GBP"
}
}
}