Notice Information
Notice Title
Awarding Organisation for HMPPS Probation Qualifications
Notice Description
HMPPS provide internal training and education for Probation Services. An external awarding organisation is required to provide registration, certificate generation and storage thereof for learners of the below qualifications: Level 3 Certificate in Probation Practice - Qualification Number: 603/1231/2. Level 3 Diploma in Probation Practice - Qualification Number: 603/1234/8 Level 5 Diploma in Probation Practice - Qualification Number: 610/2081/3 Level 3 Award In Assessing Competence in the Work Environment - Qualification Number: 600/6542/4 Level 4 Award In Internal Quality Assurance of Assessment Processes and Practice - Qualification Number: 600/8383/9 The awarding organisation must also be able to audit our qualification centre, assessments and quality assurance processes. This can be done virtually. The awarding organisation must be registered with OfQual. 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"). 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. 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_14758, 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
Planning Information
MoJ will issue a short questionnaire to responding organisations in order to understand market capacity for the requirement and inform future strategy for procurement. If your organisation is interested in this activity, please register on Jaggaer with the below link: https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html Search for prj_14758 and complete the survey linked within PQQ_489 Technical Envelope. All communications must be directed via Jaggaer messaging and should not be directed to individual or functional e-mail.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-050b66
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/007485-2026
- 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
75 - Administration, defence and social security services
80 - Education and training services
-
- CPV Codes
75121000 - Administrative educational services
80000000 - Education and training services
80400000 - Adult and other education services
Notice Value(s)
- Tender Value
- £773,493 £500K-£1M
- Lots Value
- £773,493 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 28 Jan 20263 weeks ago
- Submission Deadline
- 26 Feb 20263 days to go
- Future Notice Date
- 16 May 2025Expired
- Award Date
- Not specified
- Contract Period
- 9 Jul 2026 - 9 Jul 2031 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
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
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/007485-2026
28th January 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/018432-2025
1st May 2025 - Preliminary market engagement notice on Find a Tender
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-h6vhtk-050b66-2026-01-28T11:02:23Z",
"date": "2026-01-28T11:02:23Z",
"ocid": "ocds-h6vhtk-050b66",
"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": {
"url": "https://www.gov.uk/government/organisations/ministry-of-justice/about/procurement",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PDNN-2773-HVYN",
"name": "Ministry of Justice"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "MoJ will issue a short questionnaire to responding organisations in order to understand market capacity for the requirement and inform future strategy for procurement. If your organisation is interested in this activity, please register on Jaggaer with the below link: https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html Search for prj_14758 and complete the survey linked within PQQ_489 Technical Envelope. All communications must be directed via Jaggaer messaging and should not be directed to individual or functional e-mail.",
"dueDate": "2025-05-16T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "018432-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/018432-2025",
"datePublished": "2025-05-01T13:52:08+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "ocds-h6vhtk-050b66",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Awarding Organisation for HMPPS Probation Qualifications",
"description": "HMPPS provide internal training and education for Probation Services. An external awarding organisation is required to provide registration, certificate generation and storage thereof for learners of the below qualifications: Level 3 Certificate in Probation Practice - Qualification Number: 603/1231/2. Level 3 Diploma in Probation Practice - Qualification Number: 603/1234/8 Level 5 Diploma in Probation Practice - Qualification Number: 610/2081/3 Level 3 Award In Assessing Competence in the Work Environment - Qualification Number: 600/6542/4 Level 4 Award In Internal Quality Assurance of Assessment Processes and Practice - Qualification Number: 600/8383/9 The awarding organisation must also be able to audit our qualification centre, assessments and quality assurance processes. This can be done virtually. The awarding organisation must be registered with OfQual. 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\"). 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. 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_14758, 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"
},
{
"scheme": "CPV",
"id": "75121000",
"description": "Administrative educational services"
},
{
"scheme": "CPV",
"id": "80400000",
"description": "Adult and other education services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 928192,
"amount": 773493,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"specialRegime": [
"lightTouch"
],
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-07-10T00:00:00+01:00",
"endDate": "2031-07-09T23:59:59+01:00"
},
"status": "active",
"value": {
"amountGross": 928192,
"amount": 773493,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Service Capability",
"numbers": [
{
"number": 35,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Contract Management",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Capacity and Change",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Implementation",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "PSQ13 The Authority will assess your financial health using the financial information available via Experian or Company's Watch as described below. Pass: You will pass this question, if no material risk associated with your economic and financial standing is identified and the Authority sees no material risk to your financial ability to deliver the requirements specified (Delphi or Company Watch score is 45 or higher presenting below average risk). The Authority will obtain Experian reports via your company number during the Qualification Evaluation as a preference. If this is not available for any reason, the Authority will obtain a Company's Watch report and evaluate against the same threshold of 45. You may also pass this section if a material risk is identified, but clarification, mitigating factors or reasons in response to this, which in the reasonable opinion of the Authority, sufficiently address the previously identified risk such that it is no longer regarded as a material risk to your financial ability to deliver the requirements specified. Fail: You will fail this question, if a concern regarding your economic and financial standing is identified, which the Authority considers pose a material risk to your financial ability to deliver the requirements specified. NOTE: Before a Supplier is failed, the Authority will give the Supplier the opportunity to clarify any concern or material risk identified and provide any reasons or mitigating circumstances as to why this should not be considered as a concern or material risk. The Authority will decide, at its sole discretion, that the Supplier should not fail this section having regard to the clarification response, mitigating factors or reasons offered by the Supplier, which in the reasonable opinion of the Authority, sufficiently address the previously addressed concerns and/or risks such that it is no longer regarded as material. PSQ14 Are you relying on another supplier to act as a guarantor? If so, please provide their name and evidence of their economic and financial standing as an attachment in the 'Additional Attachments' section. INSURANCE PSQ15 1. Please confirm whether you already have, or can commit to obtain, prior to the award of the contract, the levels of insurance cover indicated below: a. Employer's (Compulsory) Liability Insurance* = PS5m b. Professional Indemnity Insurance = PS5m *There is a legal requirement for certain employers to hold Employer's (Compulsory) Liability Insurance of PS5 million as a minimum. CYBER ESSENTIALS PSQ16 Please confirm that you have in place, or that you will have in place by the award of the contract, a Cyber Essentials Certification. COMPLIANCE WITH THE UK GENERAL DATA PROTECTION REGULATION PSQ17 Please confirm that you have in place, or that you will have in place by the award of the contract, the human and technical resources to perform the contract to ensure compliance with the UK General Data Protection Regulation and to ensure the protection of the rights of data subjects."
},
{
"type": "technical",
"description": "PSQ18 Relevant experience and contract examples. Please provide details of up to three contracts to meet conditions of participation relating to technical ability set out in the relevant notice or procurement documents, in any combination from either the public or private sectors (which may include samples of grant-funded work). PSQ19 Please confirm you are currently recognised by OfQual within the sector subject area of Public Services. PSQ20 Please provide your OfQual Recognition Number to evidence you are recognised within the scope of Public Services. This should be the number as it appears in the most recent publication at time of Tender."
}
]
}
}
],
"status": "active",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"submissionMethodDetails": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-02-26T14:00:00+00:00"
},
"enquiryPeriod": {
"endDate": "2026-02-13T17:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-04-13T23:59:59+01:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "007485-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/007485-2026",
"datePublished": "2026-01-28T11:02:23Z",
"format": "text/html"
}
]
},
"language": "en"
}