Notice Information
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.
Notice Details
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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF JUSTICE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- SW1H 9AJ
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/037169-2026
23rd April 2026 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/036778-2026
22nd April 2026 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/064544-2025
13th October 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/063809-2025
9th October 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-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"
}