Planning

Youth Justice Worker Level 4 Qualification

MINISTRY OF JUSTICE

This public procurement record has 4 releases in its history.

PlanningUpdate

23 Apr 2026 at 13:59

Planning

22 Apr 2026 at 15:11

PlanningUpdate

13 Oct 2025 at 07:44

Planning

09 Oct 2025 at 14:10

Summary of the contracting process

The Ministry of Justice is in the planning stage of a procurement process for a Level 4 Youth Justice Worker Qualification, aimed at enhancing the skills of Youth Custody Service staff. This initiative falls under the education and training services sector and will span across multiple locations in the United Kingdom, including Young Offender Institutions in Wetherby, Werrington, and Feltham. The procurement method will follow a light-touch regime, with a gross budget of £2.352 million for the six-year contract. A market engagement process is underway, with responses invited by 30th April 2026 through the Ministry of Justice Jaggaer eSourcing portal.

This tender presents a significant opportunity for businesses specialising in educational and training services, particularly those experienced in trauma-informed practice within custodial settings. Suitable for SMEs and VCSEs, the contract’s focus on enhancing staff capabilities through structured learning experiences offers potential growth for businesses that can deliver on such specialised educational requirements. Businesses capable of providing a blend of face-to-face and remote educational models with a strong understanding of youth justice environments will find this tender an ideal platform to expand their impact and reach in public sector training initiatives.

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

Notice Title

Youth Justice Worker Level 4 Qualification

Notice Description

The Youth Custody Service (YCS) would like to procure a Level 4 qualification for YCS staff. A virtual market engagement event was held in October 2025, however, further input from the market is required to prepare the tender for launch. The level 4 qualification is required to last no more than 12 months per cohort. Each cohort will require three face to face sessions in a location near each of the Young Offender Institutions (Wetherby, Werrington and Feltham). The qualification also requires high quality distance learning materials based on a distributed learning model (i.e. learning spread out and mixing multiple topics in shorter, spaced sessions), face-to-face learning sessions (three per learner, outside of the site), experienced tutors to support core skill improvement and a model of learning which is accessible to a diverse and geographically dispersed Youth Justice workforce. An estimated 500 learners will complete the course over a six year contract, however, unlike previous qualifications this course will be voluntary. The course will deliver a structured, skills and knowledge-based learning experience for YCS staff working directly with children and young people. The content must be rooted in trauma-informed principles and evidence-based approaches to mental health and recovery within secure environments: Trauma informed practice: Best Practice: Core content should reflect best practice in supporting children who have experienced trauma and embed relational approaches to behaviour management and engagement. A blended delivery model, combining remote learning (using digital platforms that YCS staff can access such as MS Teams) with face-to-face workshops, delivered across multiple geographical locations to suit operational need. Access to a Skills Coach, with regular monthly support sessions (face-to-face and virtual). Full delivery of the Learner Journey - from onboarding and initial assessment through to achievement and end point assessment and certification. Expected delivery to commence from November 2026.

Planning Information

Questions to the Market 1. Given the outline of the requirement and estimated volumes above, please can you provide a rough price per learner for this course? 2. Does your organisation have an existing course that could be adapted for this qualification, or would you require design costs for a brand-new qualification? If design costs are required, what timescales would your organisation require and roughly how much would the design cost? 3. We estimate that learner withdrawals will be low as this qualification will be voluntary and learners will have applied to enrol. If a learner drops out at the early stages of the course, YCS would want to use the budget for a different learner therefore YCS does not expect to pay the full course costs for someone who drops out of the course. What percentage of the course cost would need to be paid if a learner withdrew at a) 1 month b) 3 months and c) 6 months? 4. An aspect of the tender will relate to social value. Which social value themes are most relevant to your organisation and why? Please see the policy notice below for the themes PPN 002: Taking account of social value in the award of contracts - GOV.UK Please submit your response via the Ministry of Justice Jaggaer eSourcing portal using PQQ_576 - Youth Custody Service Qualification 2nd Engagement. Please respond by no later than 17:00 on 30th April . 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 its absolute discretion to amend it at the time of issue of any further notice or 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05abd1
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/037169-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
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
£1,960,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Apr 2026Yesterday
Submission Deadline
Not specified
Future Notice Date
1 Dec 2025Expired
Award Date
Not specified
Contract Period
31 Jul 2026 - 31 Oct 2032 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Planning
Awards Status
Not Specified
Contracts Status
Not Specified

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

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-05abd1-2026-04-23T14:59:20+01:00",
    "date": "2026-04-23T14:59:20+01:00",
    "ocid": "ocds-h6vhtk-05abd1",
    "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": "Questions to the Market 1. Given the outline of the requirement and estimated volumes above, please can you provide a rough price per learner for this course? 2. Does your organisation have an existing course that could be adapted for this qualification, or would you require design costs for a brand-new qualification? If design costs are required, what timescales would your organisation require and roughly how much would the design cost? 3. We estimate that learner withdrawals will be low as this qualification will be voluntary and learners will have applied to enrol. If a learner drops out at the early stages of the course, YCS would want to use the budget for a different learner therefore YCS does not expect to pay the full course costs for someone who drops out of the course. What percentage of the course cost would need to be paid if a learner withdrew at a) 1 month b) 3 months and c) 6 months? 4. An aspect of the tender will relate to social value. Which social value themes are most relevant to your organisation and why? Please see the policy notice below for the themes PPN 002: Taking account of social value in the award of contracts - GOV.UK Please submit your response via the Ministry of Justice Jaggaer eSourcing portal using PQQ_576 - Youth Custody Service Qualification 2nd Engagement. Please respond by no later than 17:00 on 30th April . 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 its absolute discretion to amend it at the time of issue of any further notice or 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.",
                "dueDate": "2026-04-30T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "063809-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/063809-2025",
                "datePublished": "2025-10-09T15:10:48+01:00",
                "format": "text/html"
            },
            {
                "id": "064544-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/064544-2025",
                "datePublished": "2025-10-13T08:44:33+01:00",
                "format": "text/html"
            },
            {
                "id": "036778-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/036778-2026",
                "datePublished": "2026-04-22T16:11:00+01:00",
                "format": "text/html"
            },
            {
                "id": "037169-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/037169-2026",
                "datePublished": "2026-04-23T14:59:20+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "prj_15416",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Youth Justice Worker Level 4 Qualification",
        "description": "The Youth Custody Service (YCS) would like to procure a Level 4 qualification for YCS staff. A virtual market engagement event was held in October 2025, however, further input from the market is required to prepare the tender for launch. The level 4 qualification is required to last no more than 12 months per cohort. Each cohort will require three face to face sessions in a location near each of the Young Offender Institutions (Wetherby, Werrington and Feltham). The qualification also requires high quality distance learning materials based on a distributed learning model (i.e. learning spread out and mixing multiple topics in shorter, spaced sessions), face-to-face learning sessions (three per learner, outside of the site), experienced tutors to support core skill improvement and a model of learning which is accessible to a diverse and geographically dispersed Youth Justice workforce. An estimated 500 learners will complete the course over a six year contract, however, unlike previous qualifications this course will be voluntary. The course will deliver a structured, skills and knowledge-based learning experience for YCS staff working directly with children and young people. The content must be rooted in trauma-informed principles and evidence-based approaches to mental health and recovery within secure environments: Trauma informed practice: Best Practice: Core content should reflect best practice in supporting children who have experienced trauma and embed relational approaches to behaviour management and engagement. A blended delivery model, combining remote learning (using digital platforms that YCS staff can access such as MS Teams) with face-to-face workshops, delivered across multiple geographical locations to suit operational need. Access to a Skills Coach, with regular monthly support sessions (face-to-face and virtual). Full delivery of the Learner Journey - from onboarding and initial assessment through to achievement and end point assessment and certification. Expected delivery to commence from November 2026.",
        "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"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 2352000,
            "amount": 1960000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-08-01T00:00:00+01:00",
                    "endDate": "2032-10-31T23:59:59+00:00"
                },
                "status": "planning"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-12-01T23:59:59+00:00"
        },
        "status": "planning",
        "amendments": [
            {
                "id": "064544-2025",
                "description": "Amended the Contracting Auhtority Email address field to the appropriate procurement team."
            }
        ]
    },
    "language": "en"
}