Tender

Community Justice Learning (Professional Qualification in Probation)

MINISTRY OF JUSTICE

This public procurement record has 5 releases in its history.

Tender

20 Oct 2025 at 14:23

PlanningUpdate

04 Aug 2025 at 16:47

Planning

01 Aug 2025 at 10:26

Planning

23 May 2025 at 11:23

Planning

17 Apr 2025 at 12:03

Summary of the contracting process

The Ministry of Justice has initiated an open procurement process for the Community Justice Learning (CJL) programme, which is a crucial component of the Professional Qualification in Probation (PQiP) programme. This initiative pertains to education and training services and is vital for all probation officers employed by His Majesty’s Prison and Probation Service. The procurement calls for service delivery across four geographical lots in the UK, including London, the Midlands, and Wales, among others. The contract, valued at approximately £80.5 million, will be 100% virtual and is set to commence in September 2026, following a 6-month mobilisation phase, with a completion date anticipated in February 2037. Key dates include a tender submission deadline on 19 November 2025 and an expected award period ending on 14 July 2026. The Ministry of Justice acts as the procuring authority from its base in London. Interested suppliers are advised to participate through the e-sourcing portal, Jaggaer, and can find more details on the GOV.UK website.

This procurement presents significant opportunities for businesses involved in higher education and professional training, particularly those with capabilities in online learning and curriculum development aligned with criminal justice studies. SMEs and voluntary, community, and social enterprises (VCSEs) are noted as suitable candidates. Suppliers that have experience in developing and delivering higher education criminal justice programmes, and possess degree-awarding powers, will find themselves well-positioned. Engaging in this contract can provide substantial business growth by accessing a consistent flow of government-backed training programme participants, thereby creating a stable revenue stream over an extensive contractual period. Enterprises that offer innovative virtual learning solutions and support services tailored to the diverse needs of adult learners will have a competitive advantage in this procurement.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Community Justice Learning (Professional Qualification in Probation)

Notice 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. 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

Lot Information

Lot 1 - London

Community Justice Learning Lot 1 - London

Lot 2 - North East, Yorkshire and the Humber, East Midlands and West Midlands

Community Justice Learning Lot 2 - North East, Yorkshire and the Humber, East Midlands and West Midlands

Lot 3 - North West, Greater Manchester Wales

Community Justice Learning Lot 3 - North West, Greater Manchester, Wales

Lot 4 - East of England, Kent, Surrey and Sussex, South Central, South West

Community Justice Learning Lot 4: East of England, Kent, Surrey and Sussex, South Central, South West

Planning Information

The Authority will be hosting a market engagement session to support suppliers’ understanding of the Professional Qualification in Probation (PQIP). This session will take place virtually via Microsoft Teams on 25th September 2025 from 10.30 -12.00. The Authority will be joined by a number of speakers who have taken part in the PQIP programme, each of whom will share their personal journeys and reflections. The focus of this event will therefore be on the lived experiences of these speakers to provide suppliers with an insight of PQiP and the National Probation Service. Suppliers are invited to submit any questions they would like the speakers to consider in advance of the session. Where appropriate and feasible, we will invite speakers to address these as part of their presentations. During the session, suppliers will also have the opportunity to submit questions via the Microsoft Teams chat function. These questions will be reviewed and, where appropriate, responses will be provided during the Q&A section at the end of the session. Following the event, suppliers may submit any additional questions via the Jaggaer portal by 1st October 2025. These will be addressed offline and responses will be published through the Jaggaer Messaging function in due course. Please note that the event will be strictly limited to discussion of the speakers’ personal experiences and the content of their presentations. The Authority will not revisit previously shared procurement information or enter discussions on details of the procurement itself. All relevant information of the procurement will be provided in the Invitation to Tender once published. If you plan to attend, please confirm the following details via the messaging function to PQQ 491 Community Justice Learning (Professional Qualification in Probation): Name(s) of attendee(s) (Maximum of 2 people per company) Company/organisation name Contact details (E-mail and phone number) Any questions you would like the speakers to consider and address within their presentations. Please confirm your attendance with the above details and questions, before 14:00, 1 September 2025 within the PQQ491. To ensure maximum value from this event, attendees are expected to have reviewed all prior market engagement documentation, including the previous Preliminary Market engagement Notice “ocds-h6vhtk-0504cd" and the supporting materials shared at PQQ 491 – Community Justice Learning (Professional Qualification in Probation). This content will not be presented again during the session. 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. This notice is for Information only and the Authority reserves the right to not proceed to tender. Additionally the Authority (MoJ) reserves the right to discontinue the tendering process 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 it's absolute discretion to amend it at the time of issue of 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. The Authority is not / shall not be liable for any costs incurred by those expressing an interest in participating in this market engagement exercise. Any contracts are subject to the relevant legal and Cabinet Office controls and policies. The Authority reserves the right to source items included through other means (e.g. an existing contract or framework).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0504cd
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/066788-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
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
£80,520,000 £10M-£100M
Lots Value
£80,520,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Oct 20254 months ago
Submission Deadline
19 Nov 2025Expired
Future Notice Date
20 Oct 2025Expired
Award Date
Not specified
Contract Period
31 Aug 2026 - 28 Feb 2037 Over 5 years
Recurrence
2036-10-17

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE
Contact Name
Not specified
Contact Email
mojprocurementlearninganddevelopment@justice.gov.uk
Contact Phone
Not specified

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
TLC North East (England), TLD North West (England), TLD3 Greater Manchester, TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLJ2 Surrey, East and West Sussex, TLJ4 Kent, TLK South West (England), TLL Wales

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-h6vhtk-0504cd-2025-10-20T15:23:18+01:00",
    "date": "2025-10-20T15:23:18+01:00",
    "ocid": "ocds-h6vhtk-0504cd",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PDNN-2773-HVYN",
            "name": "Ministry of Justice",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PDNN-2773-HVYN"
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "London",
                "postalCode": "SW1H 9AJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "MojProcurementLearningAndDevelopment@justice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ],
                "url": "https://www.gov.uk/government/organisations/ministry-of-justice/about/procurement"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PDNN-2773-HVYN",
        "name": "Ministry of Justice"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The Authority will be hosting a market engagement session to support suppliers' understanding of the Professional Qualification in Probation (PQIP). This session will take place virtually via Microsoft Teams on 25th September 2025 from 10.30 -12.00. The Authority will be joined by a number of speakers who have taken part in the PQIP programme, each of whom will share their personal journeys and reflections. The focus of this event will therefore be on the lived experiences of these speakers to provide suppliers with an insight of PQiP and the National Probation Service. Suppliers are invited to submit any questions they would like the speakers to consider in advance of the session. Where appropriate and feasible, we will invite speakers to address these as part of their presentations. During the session, suppliers will also have the opportunity to submit questions via the Microsoft Teams chat function. These questions will be reviewed and, where appropriate, responses will be provided during the Q&A section at the end of the session. Following the event, suppliers may submit any additional questions via the Jaggaer portal by 1st October 2025. These will be addressed offline and responses will be published through the Jaggaer Messaging function in due course. Please note that the event will be strictly limited to discussion of the speakers' personal experiences and the content of their presentations. The Authority will not revisit previously shared procurement information or enter discussions on details of the procurement itself. All relevant information of the procurement will be provided in the Invitation to Tender once published. If you plan to attend, please confirm the following details via the messaging function to PQQ 491 Community Justice Learning (Professional Qualification in Probation): Name(s) of attendee(s) (Maximum of 2 people per company) Company/organisation name Contact details (E-mail and phone number) Any questions you would like the speakers to consider and address within their presentations. Please confirm your attendance with the above details and questions, before 14:00, 1 September 2025 within the PQQ491. To ensure maximum value from this event, attendees are expected to have reviewed all prior market engagement documentation, including the previous Preliminary Market engagement Notice \"ocds-h6vhtk-0504cd\" and the supporting materials shared at PQQ 491 - Community Justice Learning (Professional Qualification in Probation). This content will not be presented again during the session. 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. This notice is for Information only and the Authority reserves the right to not proceed to tender. Additionally the Authority (MoJ) reserves the right to discontinue the tendering process 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 it's absolute discretion to amend it at the time of issue of 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. The Authority is not / shall not be liable for any costs incurred by those expressing an interest in participating in this market engagement exercise. Any contracts are subject to the relevant legal and Cabinet Office controls and policies. The Authority reserves the right to source items included through other means (e.g. an existing contract or framework).",
                "dueDate": "2025-10-06T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "015894-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/015894-2025",
                "datePublished": "2025-04-17T13:03:43+01:00",
                "format": "text/html"
            },
            {
                "id": "026196-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/026196-2025",
                "datePublished": "2025-05-23T12:23:59+01:00",
                "format": "text/html"
            },
            {
                "id": "045133-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/045133-2025",
                "datePublished": "2025-08-01T11:26:05+01:00",
                "format": "text/html"
            },
            {
                "id": "045827-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/045827-2025",
                "datePublished": "2025-08-04T17:47:43+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-h6vhtk-0504cd",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Community Justice Learning (Professional Qualification in Probation)",
        "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. 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",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "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",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "4"
            }
        ],
        "value": {
            "amountGross": 96624000,
            "amount": 80520000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2037-02-28T23:59:59+00:00"
                },
                "status": "active",
                "title": "Lot 1 - London",
                "description": "Community Justice Learning Lot 1 - London",
                "value": {
                    "amountGross": 21543000,
                    "amount": 17952500,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please see 'Table 3: Technical Envelope - Question Headings and Weightings' in the CJL - ITT Appendix 1 Invitation to Tender' document for full details. Section 1 - Delivery to Regions within Lots - Pass/Fail - Suppliers need to score 2 or more to pass. Section 2 - Course Mobilisation Services - 15% Section 3 - Course Delivery Requirements and Curriculum, Teaching & - 55% Section 4: Supporting Students - 10% Section 5 - Course Governance, Contract Management, Management Information and KPI's - 10% Section 6 - Social Value - 10% *NOTE * - 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. * - A minimum percentage weighted score of 60% is required for Technical Envelope Questions 2.7.1-2.10.2",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Section 1 - Delivery to Regions within Lots",
                            "description": "Lot Specific Questions"
                        },
                        {
                            "type": "quality",
                            "name": "Section 2 - Course Mobilisation Services",
                            "description": "Mobilisation Plan Academic and other Personal used during the Mobilisation Phase"
                        },
                        {
                            "type": "quality",
                            "name": "Section 3 - Course Delivery Requirements and Curriculum, Teaching & Assessment",
                            "description": "Course Delivery Quality Assurance Academic Staff during course delivery Support services and Support Staff"
                        },
                        {
                            "type": "quality",
                            "name": "Section 4: Supporting Students",
                            "description": "Learner Support"
                        },
                        {
                            "type": "quality",
                            "name": "Section 5 - Course Governance, Contract Management, Management Information and KPI's",
                            "description": "Performance Monitoring Risk Management and Contingency Plans"
                        },
                        {
                            "type": "quality",
                            "name": "Section 6 - Social Value",
                            "description": "Creating a pipeline of opportunities for the contract workforce, reducing barriers to entry for under-represented groups. Increasing productivity through physical and mental wellbeing: in the supply chain and communities in the relevant area."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "FINANCIAL CAPACITY PSQ 12. Please refer to the FVRA template, instructions/guidance and evaluation criteria. PSQ 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 PSQ 13a. (If you answered Yes to PSQ 13), please provide this Supplier's name and evidence of their economic and financial standing. INSURANCE PSQ 14. Please confirm whether you already have, or can commit to obtain, prior to Contract signature, the levels of insurance cover indicated below: a. Employer's (Compulsory) Liability Insurance* = PS10,000,000 any one occurrence the number of occurrences being unlimited in any annual period if insurance. b. Public and Products Liability Insurance = PS10,000,000 in respect of any one occurrence, the number of occurrences being unlimited in any annual policy period, but PS10,000,000 in the aggregate per annum in respect of products and pollution liability (to the extent insured by the policy] c. Professional Indemnity Insurance = PS5,000,000 in respect of any one claim, and in the annual aggregate during the period of insurance d. Motor 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 PS1,000,000 any one occurrence the number of occurrences being unlimited in any annual policy period for third party property damage claim. *There is a legal requirement in the United Kingdom for certain employers to hold Employer's Liability Insurance of PS5 million as a minimum. See the Health and Safety Executive website for more information: www.hse.gov.uk/pubns/hse39.pdf ** 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 PSQ14a If you have answered 'Yes' to PSQ 14 please refer to the Insurance Response Table attached, fill out and submit in response to this PSQ 14a. COMPLIANCE WITH THE UK GENERAL DATA PROTECTION REGULATION PSQ15. 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": "technical",
                            "description": "TECHNICAL ABILITY PSQ 16. Please confirm and provide evidence of your experience in the development and delivery of criminal justice degree programmes. Your response must demonstrate: Previous delivery of a at least one criminal justice degree programme, covering levels 4, 5 and 6 on the Recognised Qualifications Framework Please 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 - 6 inclusive on the Recognised Qualifications Framework). * That your organisation has established processes for developing and maintaining criminal justice curricula that are evidence-based and regularly updated in line with: * developments 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 * the quality and standards expected within the higher education sector * That 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) Please note the definition of criminal justice degree programmes includes, but is not limited to: * Criminology and Criminal Justice BSc/BA (Hons) * Policing Studies BA (Hons) * Criminal Investigation and Policing BA (Hons) * Counter Terrorism, Intelligence and Cybercrime BSc (Hons) * Applied Criminal Justice BSc (Hons) * Criminology and Law BA (Hons) * Forensic Psychology and Criminal Justice BSc (Hons) * Youth Justice BA (Hons) Response format: two-page maximum limit for this question - Arial font, font size 12 TECHNICAL - DEGREE AWARDING POWERS PSQ 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 PSQ 17a. If you have answered \"No\" 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. CYBER ESSENTIALS PSQ 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)"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Lot 2 - North East, Yorkshire and the Humber, East Midlands and West Midlands",
                "description": "Community Justice Learning Lot 2 - North East, Yorkshire and the Humber, East Midlands and West Midlands",
                "status": "active",
                "value": {
                    "amountGross": 27327000,
                    "amount": 22772500,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please see 'Table 3: Technical Envelope - Question Headings and Weightings' in the CJL - ITT Appendix 1 Invitation to Tender' document for full details. Section 1 - Delivery to Regions within Lots - Pass/Fail - Suppliers need to score 2 or more to pass. Section 2 - Course Mobilisation Services - 15% Section 3 - Course Delivery Requirements and Curriculum, Teaching & - 55% Section 4: Supporting Students - 10% Section 5 - Course Governance, Contract Management, Management Information and KPI's - 10% Section 6 - Social Value - 10% *NOTE * - 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. * - A minimum percentage weighted score of 60% is required for Technical Envelope Questions 2.7.1-2.10.2",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Section 1 - Delivery to Regions within Lots",
                            "description": "Lot Specific Questions"
                        },
                        {
                            "type": "quality",
                            "name": "Section 2 - Course Mobilisation Services",
                            "description": "Mobilisation Plan Academic and other Personal used during the Mobilisation Phase"
                        },
                        {
                            "type": "quality",
                            "name": "Section 3 - Course Delivery Requirements and Curriculum, Teaching & Assessment",
                            "description": "Course Delivery Quality Assurance Academic Staff during course delivery Support services and Support Staff"
                        },
                        {
                            "type": "quality",
                            "name": "Section 4: Supporting Students",
                            "description": "Learner Support"
                        },
                        {
                            "type": "quality",
                            "name": "Section 5 - Course Governance, Contract Management, Management Information and KPI's",
                            "description": "Performance Monitoring Risk Management and Contingency Plans"
                        },
                        {
                            "type": "quality",
                            "name": "Section 6 - Social Value",
                            "description": "Creating a pipeline of opportunities for the contract workforce, reducing barriers to entry for under-represented groups. Increasing productivity through physical and mental wellbeing: in the supply chain and communities in the relevant area."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "FINANCIAL CAPACITY PSQ 12. Please refer to the FVRA template, instructions/guidance and evaluation criteria. PSQ 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 PSQ 13a. (If you answered Yes to PSQ 13), please provide this Supplier's name and evidence of their economic and financial standing. INSURANCE PSQ 14. Please confirm whether you already have, or can commit to obtain, prior to Contract signature, the levels of insurance cover indicated below: a. Employer's (Compulsory) Liability Insurance* = PS10,000,000 any one occurrence the number of occurrences being unlimited in any annual period if insurance. b. Public and Products Liability Insurance = PS10,000,000 in respect of any one occurrence, the number of occurrences being unlimited in any annual policy period, but PS10,000,000 in the aggregate per annum in respect of products and pollution liability (to the extent insured by the policy] c. Professional Indemnity Insurance = PS5,000,000 in respect of any one claim, and in the annual aggregate during the period of insurance d. Motor 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 PS1,000,000 any one occurrence the number of occurrences being unlimited in any annual policy period for third party property damage claim. *There is a legal requirement in the United Kingdom for certain employers to hold Employer's Liability Insurance of PS5 million as a minimum. See the Health and Safety Executive website for more information: www.hse.gov.uk/pubns/hse39.pdf ** 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 PSQ14a If you have answered 'Yes' to PSQ 14 please refer to the Insurance Response Table attached, fill out and submit in response to this PSQ 14a. COMPLIANCE WITH THE UK GENERAL DATA PROTECTION REGULATION PSQ15. 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": "technical",
                            "description": "TECHNICAL ABILITY PSQ 16. Please confirm and provide evidence of your experience in the development and delivery of criminal justice degree programmes. Your response must demonstrate: Previous delivery of a at least one criminal justice degree programme, covering levels 4, 5 and 6 on the Recognised Qualifications Framework Please 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 - 6 inclusive on the Recognised Qualifications Framework). * That your organisation has established processes for developing and maintaining criminal justice curricula that are evidence-based and regularly updated in line with: * developments 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 * the quality and standards expected within the higher education sector * That 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) Please note the definition of criminal justice degree programmes includes, but is not limited to: * Criminology and Criminal Justice BSc/BA (Hons) * Policing Studies BA (Hons) * Criminal Investigation and Policing BA (Hons) * Counter Terrorism, Intelligence and Cybercrime BSc (Hons) * Applied Criminal Justice BSc (Hons) * Criminology and Law BA (Hons) * Forensic Psychology and Criminal Justice BSc (Hons) * Youth Justice BA (Hons) Response format: two-page maximum limit for this question - Arial font, font size 12 TECHNICAL - DEGREE AWARDING POWERS PSQ 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 PSQ 17a. If you have answered \"No\" 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. CYBER ESSENTIALS PSQ 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)"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2037-02-28T23:59:59+00:00"
                }
            },
            {
                "id": "3",
                "title": "Lot 3 - North West, Greater Manchester Wales",
                "description": "Community Justice Learning Lot 3 - North West, Greater Manchester, Wales",
                "status": "active",
                "value": {
                    "amountGross": 21339000,
                    "amount": 17782500,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please see 'Table 3: Technical Envelope - Question Headings and Weightings' in the CJL - ITT Appendix 1 Invitation to Tender' document for full details. Section 1 - Delivery to Regions within Lots - Pass/Fail - Suppliers need to score 2 or more to pass. Section 2 - Course Mobilisation Services - 15% Section 3 - Course Delivery Requirements and Curriculum, Teaching & - 55% Section 4: Supporting Students - 10% Section 5 - Course Governance, Contract Management, Management Information and KPI's - 10% Section 6 - Social Value - 10% *NOTE * - 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. * - A minimum percentage weighted score of 60% is required for Technical Envelope Questions 2.7.1-2.10.2",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Section 1 - Delivery to Regions within Lots",
                            "description": "Lot Specific Questions"
                        },
                        {
                            "type": "quality",
                            "name": "Section 2 - Course Mobilisation Services",
                            "description": "Mobilisation Plan Academic and other Personal used during the Mobilisation Phase"
                        },
                        {
                            "type": "quality",
                            "name": "Section 3 - Course Delivery Requirements and Curriculum, Teaching & Assessment",
                            "description": "Course Delivery Quality Assurance Academic Staff during course delivery Support services and Support Staff"
                        },
                        {
                            "type": "quality",
                            "name": "Section 4: Supporting Students",
                            "description": "Learner Support"
                        },
                        {
                            "type": "quality",
                            "name": "Section 5 - Course Governance, Contract Management, Management Information and KPI's",
                            "description": "Performance Monitoring Risk Management and Contingency Plans"
                        },
                        {
                            "type": "quality",
                            "name": "Section 6 - Social Value",
                            "description": "Creating a pipeline of opportunities for the contract workforce, reducing barriers to entry for under-represented groups. Increasing productivity through physical and mental wellbeing: in the supply chain and communities in the relevant area."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "FINANCIAL CAPACITY PSQ 12. Please refer to the FVRA template, instructions/guidance and evaluation criteria. PSQ 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 PSQ 13a. (If you answered Yes to PSQ 13), please provide this Supplier's name and evidence of their economic and financial standing. INSURANCE PSQ 14. Please confirm whether you already have, or can commit to obtain, prior to Contract signature, the levels of insurance cover indicated below: a. Employer's (Compulsory) Liability Insurance* = PS10,000,000 any one occurrence the number of occurrences being unlimited in any annual period if insurance. b. Public and Products Liability Insurance = PS10,000,000 in respect of any one occurrence, the number of occurrences being unlimited in any annual policy period, but PS10,000,000 in the aggregate per annum in respect of products and pollution liability (to the extent insured by the policy] c. Professional Indemnity Insurance = PS5,000,000 in respect of any one claim, and in the annual aggregate during the period of insurance d. Motor 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 PS1,000,000 any one occurrence the number of occurrences being unlimited in any annual policy period for third party property damage claim. *There is a legal requirement in the United Kingdom for certain employers to hold Employer's Liability Insurance of PS5 million as a minimum. See the Health and Safety Executive website for more information: www.hse.gov.uk/pubns/hse39.pdf ** 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 PSQ14a If you have answered 'Yes' to PSQ 14 please refer to the Insurance Response Table attached, fill out and submit in response to this PSQ 14a. COMPLIANCE WITH THE UK GENERAL DATA PROTECTION REGULATION PSQ15. 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": "technical",
                            "description": "TECHNICAL ABILITY PSQ 16. Please confirm and provide evidence of your experience in the development and delivery of criminal justice degree programmes. Your response must demonstrate: Previous delivery of a at least one criminal justice degree programme, covering levels 4, 5 and 6 on the Recognised Qualifications Framework Please 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 - 6 inclusive on the Recognised Qualifications Framework). * That your organisation has established processes for developing and maintaining criminal justice curricula that are evidence-based and regularly updated in line with: * developments 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 * the quality and standards expected within the higher education sector * That 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) Please note the definition of criminal justice degree programmes includes, but is not limited to: * Criminology and Criminal Justice BSc/BA (Hons) * Policing Studies BA (Hons) * Criminal Investigation and Policing BA (Hons) * Counter Terrorism, Intelligence and Cybercrime BSc (Hons) * Applied Criminal Justice BSc (Hons) * Criminology and Law BA (Hons) * Forensic Psychology and Criminal Justice BSc (Hons) * Youth Justice BA (Hons) Response format: two-page maximum limit for this question - Arial font, font size 12 TECHNICAL - DEGREE AWARDING POWERS PSQ 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 PSQ 17a. If you have answered \"No\" 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. CYBER ESSENTIALS PSQ 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)"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2037-02-28T23:59:59+00:00"
                }
            },
            {
                "id": "4",
                "title": "Lot 4 - East of England, Kent, Surrey and Sussex, South Central, South West",
                "description": "Community Justice Learning Lot 4: East of England, Kent, Surrey and Sussex, South Central, South West",
                "status": "active",
                "value": {
                    "amountGross": 26415000,
                    "amount": 22012500,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please see 'Table 3: Technical Envelope - Question Headings and Weightings' in the CJL - ITT Appendix 1 Invitation to Tender' document for full details. Section 1 - Delivery to Regions within Lots - Pass/Fail - Suppliers need to score 2 or more to pass. Section 2 - Course Mobilisation Services - 15% Section 3 - Course Delivery Requirements and Curriculum, Teaching & - 55% Section 4: Supporting Students - 10% Section 5 - Course Governance, Contract Management, Management Information and KPI's - 10% Section 6 - Social Value - 10% *NOTE * - 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. * - A minimum percentage weighted score of 60% is required for Technical Envelope Questions 2.7.1-2.10.2",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Section 1 - Delivery to Regions within Lots",
                            "description": "Lot Specific Questions"
                        },
                        {
                            "type": "quality",
                            "name": "Section 2 - Course Mobilisation Services",
                            "description": "Mobilisation Plan Academic and other Personal used during the Mobilisation Phase"
                        },
                        {
                            "type": "quality",
                            "name": "Section 3 - Course Delivery Requirements and Curriculum, Teaching & Assessment",
                            "description": "Course Delivery Quality Assurance Academic Staff during course delivery Support services and Support Staff"
                        },
                        {
                            "type": "quality",
                            "name": "Section 4: Supporting Students",
                            "description": "Learner Support"
                        },
                        {
                            "type": "quality",
                            "name": "Section 5 - Course Governance, Contract Management, Management Information and KPI's",
                            "description": "Performance Monitoring Risk Management and Contingency Plans"
                        },
                        {
                            "type": "quality",
                            "name": "Section 6 - Social Value",
                            "description": "Creating a pipeline of opportunities for the contract workforce, reducing barriers to entry for under-represented groups. Increasing productivity through physical and mental wellbeing: in the supply chain and communities in the relevant area."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "FINANCIAL CAPACITY PSQ 12. Please refer to the FVRA template, instructions/guidance and evaluation criteria. PSQ 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 PSQ 13a. (If you answered Yes to PSQ 13), please provide this Supplier's name and evidence of their economic and financial standing. INSURANCE PSQ 14. Please confirm whether you already have, or can commit to obtain, prior to Contract signature, the levels of insurance cover indicated below: a. Employer's (Compulsory) Liability Insurance* = PS10,000,000 any one occurrence the number of occurrences being unlimited in any annual period if insurance. b. Public and Products Liability Insurance = PS10,000,000 in respect of any one occurrence, the number of occurrences being unlimited in any annual policy period, but PS10,000,000 in the aggregate per annum in respect of products and pollution liability (to the extent insured by the policy] c. Professional Indemnity Insurance = PS5,000,000 in respect of any one claim, and in the annual aggregate during the period of insurance d. Motor 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 PS1,000,000 any one occurrence the number of occurrences being unlimited in any annual policy period for third party property damage claim. *There is a legal requirement in the United Kingdom for certain employers to hold Employer's Liability Insurance of PS5 million as a minimum. See the Health and Safety Executive website for more information: www.hse.gov.uk/pubns/hse39.pdf ** 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 PSQ14a If you have answered 'Yes' to PSQ 14 please refer to the Insurance Response Table attached, fill out and submit in response to this PSQ 14a. COMPLIANCE WITH THE UK GENERAL DATA PROTECTION REGULATION PSQ15. 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": "technical",
                            "description": "TECHNICAL ABILITY PSQ 16. Please confirm and provide evidence of your experience in the development and delivery of criminal justice degree programmes. Your response must demonstrate: Previous delivery of a at least one criminal justice degree programme, covering levels 4, 5 and 6 on the Recognised Qualifications Framework Please 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 - 6 inclusive on the Recognised Qualifications Framework). * That your organisation has established processes for developing and maintaining criminal justice curricula that are evidence-based and regularly updated in line with: * developments 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 * the quality and standards expected within the higher education sector * That 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) Please note the definition of criminal justice degree programmes includes, but is not limited to: * Criminology and Criminal Justice BSc/BA (Hons) * Policing Studies BA (Hons) * Criminal Investigation and Policing BA (Hons) * Counter Terrorism, Intelligence and Cybercrime BSc (Hons) * Applied Criminal Justice BSc (Hons) * Criminology and Law BA (Hons) * Forensic Psychology and Criminal Justice BSc (Hons) * Youth Justice BA (Hons) Response format: two-page maximum limit for this question - Arial font, font size 12 TECHNICAL - DEGREE AWARDING POWERS PSQ 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 PSQ 17a. If you have answered \"No\" 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. CYBER ESSENTIALS PSQ 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)"
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2037-02-28T23:59:59+00:00"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-10-20T23:59:59+01:00"
        },
        "status": "active",
        "amendments": [
            {
                "id": "045827-2025",
                "description": "Further information for notifying your interest to attend this Market Engagement. Please confirm your attendance with details as requested within the PQQ 491 before 14:00, 1 September 2025."
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-11-19T14:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-10-31T23:59:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-07-14T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "066788-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/066788-2025",
                "datePublished": "2025-10-20T15:23:18+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2036-10-17T23:59:59+01:00"
                }
            ]
        }
    },
    "language": "en"
}