Notice Information
Notice Title
Community Justice Learning
Notice Description
The Authority invites you to take part in this procurement for the design, development, accreditation, delivery, and award of the level 6 degree honours/graduate diploma known as "the Professional Qualification in Probation (PQiP)". The qualification is undertaken by all trainee Probation Officers (Learners) employed by the Probation Service (PS) across England and Wales. The course is to be delivered via a blended model that is majority distance learning. The opportunity is split into 6 lots. Bidders can bid for each lot but there are detailed rules which govern the number of lots that any one bidder can be awarded. These rules will be published in detail in the ITT. Lots are available to deliver learning within 6 geographical areas, coterminous with the twelve newly formed PS Probation Regions, as further described in the ITT. The intention is that two cohorts will commence learning in each Academic Year. However, the Authority and the Contractor may agree for additional intake/cohorts to start within an Academic Year. Contractors will qualify Learners joining the PS during three Academic Years from March 2023, with an option to extend to cover those learners joining in a fourth academic year in March 2026. There will be a run off period following each cohort to ensure that all Learners within each cohort can qualify, including following the final intake in March 2025 (or March 2026 if contracts are extended) to enable the cohorts to qualify. During the lifetime of the contract there may be related work (e.g. specific short term items of academic research; mapping of qualifications; or support to develop curriculum in response to changes in practice or legislation) that the Contractor may have the opportunity to deliver. Contractors will deliver Design Services between July 2022 and February 2023. Contractors will thereafter qualify Learners, with an option to extend to cover those Learners joining in a fourth Academic Year as follows: Year 1 - March 2023 - February 2024 Year 2 - March 2024 - February 2025 Year 3 - March 2025 - February 2026 (Optional extension) Year 4 - March 2026 - February 2027 During the lifetime of the contract there may be related work (e.g. specific short term items of academic research; mapping of qualifications; or support to develop curriculum in response to changes in practice or legislation) that the Contractor may have the opportunity to deliver as "Optional Services". Bidders should refer to the Contract for full details. Additional information: How to access the Procurement Documents including the Standard Questionnaire on Ministry of Justice Sourcing Portal: Visit the site: https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html 1. Suppliers are required to register their organisation on the portal if you don't already have an Active account 2. Once your account has been activated (or you already have an active account) Suppliers will need to go to ''ITTs Open to All Suppliers" on the left hand side of the screen 3. Search for '' ITT_5910 Community Justice Learning". 4. After locating the above ITT, please click the ''Express Interest'' button and it will save it to the ''My ITTs'' tab and you will be able to access it. The services to be provided under this contract are classified as health, social and other services within Schedule 3 of the Public Contracts Regulations (PCR) 2015, therefore the Authority shall conduct this procurement in accordance with the "Light Touch Regime" (LTR). The procurement will therefore be governed by Section 7 of the Public Contracts Regulations 2015. Nothing should be inferred from the fact that a full contract notice has been published or that reference is made to the Open Procedure. In accordance with the Public Services (Social Value) Act 2012, the Authority must consider: (a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and (b) how in conducting the process of procurement it might act with a view to securing that improvement. Accordingly, the Authority has taken this into account when designing the procurement. The Authority is not liable for any costs incurred by economic operators in relation to this procurement. The Authority reserves the right to abandon or terminate the procurement (or any part of it including one or more lots) at its discretion. Participation in this procurement process is subject to the terms and conditions in the procurement documents and the e-sourcing portal terms of use. The Authority is using its electronic procurement portal, for this procurement. Documents are available only in electronic form, located at https://ministryofjusticecommercial.bravosolution.co.uk . The Authority will only communicate with Bidders via the eSourcing tool.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-44b4d18a-a538-45c0-aa1b-5efb19bc81fc
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/a76d4bb9-4a34-4566-8548-a359d02375cb
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
80 - Education and training services
-
- CPV Codes
80000000 - Education and training services
Notice Value(s)
- Tender Value
- £38,800,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 25 Jan 20224 years ago
- Submission Deadline
- 4 Mar 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 30 Jun 2022 - 31 Jul 2029 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF JUSTICE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- SW1H 9AJ
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/a76d4bb9-4a34-4566-8548-a359d02375cb
25th January 2022 - Opportunity notice on Contracts Finder -
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-44b4d18a-a538-45c0-aa1b-5efb19bc81fc-2022-01-25T11:35:13Z",
"date": "2022-01-25T11:35:13Z",
"ocid": "ocds-b5fd17-44b4d18a-a538-45c0-aa1b-5efb19bc81fc",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_276098/1034480",
"title": "Community Justice Learning",
"description": "The Authority invites you to take part in this procurement for the design, development, accreditation, delivery, and award of the level 6 degree honours/graduate diploma known as \"the Professional Qualification in Probation (PQiP)\". The qualification is undertaken by all trainee Probation Officers (Learners) employed by the Probation Service (PS) across England and Wales. The course is to be delivered via a blended model that is majority distance learning. The opportunity is split into 6 lots. Bidders can bid for each lot but there are detailed rules which govern the number of lots that any one bidder can be awarded. These rules will be published in detail in the ITT. Lots are available to deliver learning within 6 geographical areas, coterminous with the twelve newly formed PS Probation Regions, as further described in the ITT. The intention is that two cohorts will commence learning in each Academic Year. However, the Authority and the Contractor may agree for additional intake/cohorts to start within an Academic Year. Contractors will qualify Learners joining the PS during three Academic Years from March 2023, with an option to extend to cover those learners joining in a fourth academic year in March 2026. There will be a run off period following each cohort to ensure that all Learners within each cohort can qualify, including following the final intake in March 2025 (or March 2026 if contracts are extended) to enable the cohorts to qualify. During the lifetime of the contract there may be related work (e.g. specific short term items of academic research; mapping of qualifications; or support to develop curriculum in response to changes in practice or legislation) that the Contractor may have the opportunity to deliver. Contractors will deliver Design Services between July 2022 and February 2023. Contractors will thereafter qualify Learners, with an option to extend to cover those Learners joining in a fourth Academic Year as follows: Year 1 - March 2023 - February 2024 Year 2 - March 2024 - February 2025 Year 3 - March 2025 - February 2026 (Optional extension) Year 4 - March 2026 - February 2027 During the lifetime of the contract there may be related work (e.g. specific short term items of academic research; mapping of qualifications; or support to develop curriculum in response to changes in practice or legislation) that the Contractor may have the opportunity to deliver as \"Optional Services\". Bidders should refer to the Contract for full details. Additional information: How to access the Procurement Documents including the Standard Questionnaire on Ministry of Justice Sourcing Portal: Visit the site: https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html 1. Suppliers are required to register their organisation on the portal if you don't already have an Active account 2. Once your account has been activated (or you already have an active account) Suppliers will need to go to ''ITTs Open to All Suppliers\" on the left hand side of the screen 3. Search for '' ITT_5910 Community Justice Learning\". 4. After locating the above ITT, please click the ''Express Interest'' button and it will save it to the ''My ITTs'' tab and you will be able to access it. The services to be provided under this contract are classified as health, social and other services within Schedule 3 of the Public Contracts Regulations (PCR) 2015, therefore the Authority shall conduct this procurement in accordance with the \"Light Touch Regime\" (LTR). The procurement will therefore be governed by Section 7 of the Public Contracts Regulations 2015. Nothing should be inferred from the fact that a full contract notice has been published or that reference is made to the Open Procedure. In accordance with the Public Services (Social Value) Act 2012, the Authority must consider: (a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and (b) how in conducting the process of procurement it might act with a view to securing that improvement. Accordingly, the Authority has taken this into account when designing the procurement. The Authority is not liable for any costs incurred by economic operators in relation to this procurement. The Authority reserves the right to abandon or terminate the procurement (or any part of it including one or more lots) at its discretion. Participation in this procurement process is subject to the terms and conditions in the procurement documents and the e-sourcing portal terms of use. The Authority is using its electronic procurement portal, for this procurement. Documents are available only in electronic form, located at https://ministryofjusticecommercial.bravosolution.co.uk . The Authority will only communicate with Bidders via the eSourcing tool.",
"datePublished": "2022-01-25T11:35:13Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 38800000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2022-03-04T12:00:00Z"
},
"contractPeriod": {
"startDate": "2022-07-01T00:00:00+01:00",
"endDate": "2029-07-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/a76d4bb9-4a34-4566-8548-a359d02375cb",
"datePublished": "2022-01-25T11:35:13Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"description": "Link to eSourcing Portal",
"url": "https://ministryofjusticecommercial.bravosolution.co.uk"
}
]
},
"parties": [
{
"id": "GB-CFS-183111",
"name": "Ministry of Justice",
"identifier": {
"legalName": "Ministry of Justice"
},
"address": {
"streetAddress": "102 Petty France",
"locality": "London",
"postalCode": "SW1H 9AJ",
"countryName": "England"
},
"contactPoint": {
"email": "mojprocurementlearninganddevelopment@justice.gov.uk",
"telephone": "01133907344"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-183111",
"name": "Ministry of Justice"
}
}