Opportunity

Community Justice Learning

  • Ministry of Justice.

F02: Contract notice

Notice reference: 2021/S 000-000066

Published 4 January 2021, 11:08pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice.

102 Petty France

London

SW1H 9AJ

Email

mojprocurementearninganddevelopment@justice.gov.uk

Telephone

+44 02033343555

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://ministryofjusticecommercial.bravosolution.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://ministryofjusticecommercial.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://ministryofjusticecommercial.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Community Justice Learning

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority invites you to take part in this procurement for the development, accreditation, delivery, and award of the level 6 degree honours/graduate diploma known as “the Professional Qualification in Probation (PQiP)”. The qualification is undertaken by all trainee Probation Officers (Learners) employed by the National Probation Service (NPS) across England and Wales. NPS is increasing trainee recruitment (from c.600 to 1200-1500 annually) in order to qualify probation officers at the scale and pace needed to match the Criminal Justice System demand. The course is to be delivered via a blended model that is majority distance learning.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lead Design

Lot No

Lot 7

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services
  • 75231240 - Probation services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 80000000 - Education and training services
  • 80532000 - Management training services
  • 80570000 - Personal development training services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Procurement for a “Lead Designer” to manage the design and development of learning programmes resulting in the level 6 degree honours/graduate diploma known as “the Professional Qualification in Probation (PQiP)”. This is a unique opportunity to shape capability within the future probation services workforce under a unified model: ‘The Target Operating Model’. The qualification is undertaken by all Learners employed by the National Probation Service (NPS) across England and Wales. Undertaking the Design Services requires the Contractor as “Lead Designer” (in collaboration with the Other Appointed Contractors) to look at the skills, behaviours and knowledge required by Probation Officers to work in the Unified Model of probation service. The “Lead Designer” will project manage delivery of outputs according to the Authority’s timetable and ensure that the final product (“Next Generation Curriculum” developed meets the standards and expectations of the Authority. The final product must be capable of being accredited, delivered and awarded by any appointed third party (including the Other Appointed Contractors) in all respective geographic areas/NPS regions.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £100,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

31 October 2022

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

East Midlands NPS Region; and West Midlands NPS Region

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services
  • 75231240 - Probation services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 80000000 - Education and training services
  • 80510000 - Specialist training services
  • 80532000 - Management training services
  • 80570000 - Personal development training services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Procurement for the development, accreditation, delivery, and award of the level 6 degree honours/graduate diploma known as “the Professional Qualification in Probation (PQiP)” to all learners based in National Probation Service regions within the Lot.

The opportunity comprises initial learning delivery to the current curriculum framework “Continuity Services”, the concurrent design of a new curriculum framework “Design Services” and learning delivery to subsequent cohorts under the new framework “Next Generation Services”. A Contractor appointed under this Lot will perform the role of Supporting Designer (with the exception of the Contractor appointed as Lead Designer under Lot 7). Supporting Designers will work in partnership with other Supporting Designer Contractors, the Lead Designer and the Authority to design the next generation curriculum.

Contractors will qualify Learners joining the NPS during 3 academic years commencing October 2021, with an option to extend to cover those learners joining in a fourth academic year. . Up to 4 cohorts will be admitted in each academic year on a quarterly basis and there will be a run off period following the final intake in 2024 (or 2025 if contracts are extended) to enable the cohorts to qualify.

During the lifetime of the contract there may be related work (e.g. specific short term items of academic research; mapping of qualifications; or support to develop curriculum in response to changes in practice or legislation) that the contractor may have the opportunity to deliver as optional services.

Bids for this Lot will be submitted on a Price per Learner basis. The Authority makes no guarantees regarding the number of Learners per Lot or per cohort. The estimate provided at II.2.6 is therefore the Authority's best estimate, but is not binding in terms of number of Learners or Costs under the Contract. Please note that (1) the Authority has applied a Cap and Collar in respect of Price per Learner. (2) the Supporting Design Services within this Lot are subject to a cap of £70,000. Please refer to the ITT for further information.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £6,100,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

7 July 2028

This contract is subject to renewal

Yes

Description of renewals

Contractors will qualify Learners joining the NPS during 3 academic years, with an option to extend to cover those learners joining in a fourth academic year as follows:

(a) Year 1 – October 2021 – September 2022

(b) Year 2 – October 2022 – September 2023

(c) Year 3 – October 2023 – September 2024

(d) (At the Authority’s option) Year 4 – October 2024 – September 2025.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It is anticipated that the Contract will commence in summer 2021 and shall continue until the end of: (1) An initial term of 6 calendar years from and including the commencement of the Contract or (2) the period by which 3 calendar years of cohorts have completed the academic course (whichever is later). In addition, the Authority can exercise an option to extent for a period of 12 months. Bidders should refer to the Contract for full details.

Contractors will qualify Learners joining the NPS during 3 academic years, with an option to extend to cover those learners joining in a fourth academic year as follows:

(a) Year 1 – October 2021 – September 2022

(b) Year 2 – October 2022 – September 2023

(c) Year 3 – October 2023 – September 2024

(d) (At the Authority’s option) Year 4 – October 2024 – September 2025.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

East of England NPS Region; Kent, Surrey and Sussex NPS Region

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services
  • 75231240 - Probation services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 80000000 - Education and training services
  • 80510000 - Specialist training services
  • 80532000 - Management training services
  • 80570000 - Personal development training services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Procurement for the development, accreditation, delivery, and award of the level 6 degree honours/graduate diploma known as “the Professional Qualification in Probation (PQiP)” to all learners based in National Probation Service regions within the Lot.

The opportunity comprises initial learning delivery to the current curriculum framework “Continuity Services”, the concurrent design of a new curriculum framework “Design Services” and learning delivery to subsequent cohorts under the new framework “Next Generation Services”. A Contractor appointed under this Lot will perform the role of Supporting Designer (with the exception of the Contractor appointed as Lead Designer under Lot 7). Supporting Designers will work in partnership with other Supporting Designer Contractors, the Lead Designer and the Authority to design the next generation curriculum.

Contractors will qualify Learners joining the NPS during 3 academic years commencing October 2021, with an option to extend to cover those learners joining in a fourth academic year. . Up to 4 cohorts will be admitted in each academic year on a quarterly basis and there will be a run off period following the final intake in 2024 (or 2025 if contracts are extended) to enable the cohorts to qualify.

During the lifetime of the contract there may be related work (e.g. specific short term items of academic research; mapping of qualifications; or support to develop curriculum in response to changes in practice or legislation) that the contractor may have the opportunity to deliver as optional services.

Bids for this Lot will be submitted on a Price per Learner basis. The Authority makes no guarantees regarding the number of Learners per Lot or per cohort. The estimate provided at II.2.6 is therefore the Authority's best estimate, but is not binding in terms of number of Learners or Costs under the Contract. Please note that (1) the Authority has applied a Cap and Collar in respect of Price per Learner. (2) the Supporting Design Services within this Lot are subject to a cap of £70,000. Please refer to the ITT for further information.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: 5,600,000 ANG

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

7 July 2028

This contract is subject to renewal

Yes

Description of renewals

Contractors will qualify Learners joining the NPS during 3 academic years, with an option to extend to cover those learners joining in a fourth academic year as follows:

(a) Year 1 – October 2021 – September 2022

(b) Year 2 – October 2022 – September 2023

(c) Year 3 – October 2023 – September 2024

(d) (At the Authority’s option) Year 4 – October 2024 – September 2025.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It is anticipated that the Contract will commence in summer 2021 and shall continue until the end of: (1) An initial term of 6 calendar years from and including the commencement of the Contract or (2) the period by which 3 calendar years of cohorts have completed the academic course (whichever is later). In addition, the Authority can exercise an option to extent for a period of 12 months. Bidders should refer to the Contract for full details.

Contractors will qualify Learners joining the NPS during 3 academic years, with an option to extend to cover those learners joining in a fourth academic year as follows:

(a) Year 1 – October 2021 – September 2022

(b) Year 2 – October 2022 – September 2023

(c) Year 3 – October 2023 – September 2024

(d) (At the Authority’s option) Year 4 – October 2024 – September 2025.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

London NPS Region

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services
  • 75231240 - Probation services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 80000000 - Education and training services
  • 80510000 - Specialist training services
  • 80532000 - Management training services
  • 80570000 - Personal development training services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Procurement for the development, accreditation, delivery, and award of the level 6 degree honours/graduate diploma known as “the Professional Qualification in Probation (PQiP)” to all learners based in National Probation Service regions within the Lot.

The opportunity comprises initial learning delivery to the current curriculum framework “Continuity Services”, the concurrent design of a new curriculum framework “Design Services” and learning delivery to subsequent cohorts under the new framework “Next Generation Services”. A Contractor appointed under this Lot will perform the role of Supporting Designer (with the exception of the Contractor appointed as Lead Designer under Lot 7). Supporting Designers will work in partnership with other Supporting Designer Contractors, the Lead Designer and the Authority to design the next generation curriculum.

Contractors will qualify Learners joining the NPS during 3 academic years commencing October 2021, with an option to extend to cover those learners joining in a fourth academic year. . Up to 4 cohorts will be admitted in each academic year on a quarterly basis and there will be a run off period following the final intake in 2024 (or 2025 if contracts are extended) to enable the cohorts to qualify.

During the lifetime of the contract there may be related work (e.g. specific short term items of academic research; mapping of qualifications; or support to develop curriculum in response to changes in practice or legislation) that the contractor may have the opportunity to deliver as optional services.

Bids for this Lot will be submitted on a Price per Learner basis. The Authority makes no guarantees regarding the number of Learners per Lot or per cohort. The estimate provided at II.2.6 is therefore the Authority's best estimate, but is not binding in terms of number of Learners or Costs under the Contract. Please note that (1) the Authority has applied a Cap and Collar in respect of Price per Learner. (2) the Supporting Design Services within this Lot are subject to a cap of £70,000. Please refer to the ITT for further information.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £5,300,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

7 July 2028

This contract is subject to renewal

Yes

Description of renewals

Contractors will qualify Learners joining the NPS during 3 academic years, with an option to extend to cover those learners joining in a fourth academic year as follows:

(a) Year 1 – October 2021 – September 2022

(b) Year 2 – October 2022 – September 2023

(c) Year 3 – October 2023 – September 2024

(d) (At the Authority’s option) Year 4 – October 2024 – September 2025.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It is anticipated that the Contract will commence in summer 2021 and shall continue until the end of: (1) An initial term of 6 calendar years from and including the commencement of the Contract or (2) the period by which 3 calendar years of cohorts have completed the academic course (whichever is later). In addition, the Authority can exercise an option to extent for a period of 12 months. Bidders should refer to the Contract for full details.

Contractors will qualify Learners joining the NPS during 3 academic years, with an option to extend to cover those learners joining in a fourth academic year as follows:

(a) Year 1 – October 2021 – September 2022

(b) Year 2 – October 2022 – September 2023

(c) Year 3 – October 2023 – September 2024

(d) (At the Authority’s option) Year 4 – October 2024 – September 2025.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Greater Manchester NPS Region; North West NPS Region

Lot No

Lot 4

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services
  • 75231240 - Probation services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 80000000 - Education and training services
  • 80510000 - Specialist training services
  • 80532000 - Management training services
  • 80570000 - Personal development training services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Procurement for the development, accreditation, delivery, and award of the level 6 degree honours/graduate diploma known as “the Professional Qualification in Probation (PQiP)” to all learners based in National Probation Service regions within the Lot.

The opportunity comprises initial learning delivery to the current curriculum framework “Continuity Services”, the concurrent design of a new curriculum framework “Design Services” and learning delivery to subsequent cohorts under the new framework “Next Generation Services”. A Contractor appointed under this Lot will perform the role of Supporting Designer (with the exception of the Contractor appointed as Lead Designer under Lot 7). Supporting Designers will work in partnership with other Supporting Designer Contractors, the Lead Designer and the Authority to design the next generation curriculum.

Contractors will qualify Learners joining the NPS during 3 academic years commencing October 2021, with an option to extend to cover those learners joining in a fourth academic year. . Up to 4 cohorts will be admitted in each academic year on a quarterly basis and there will be a run off period following the final intake in 2024 (or 2025 if contracts are extended) to enable the cohorts to qualify.

During the lifetime of the contract there may be related work (e.g. specific short term items of academic research; mapping of qualifications; or support to develop curriculum in response to changes in practice or legislation) that the contractor may have the opportunity to deliver as optional services.

Bids for this Lot will be submitted on a Price per Learner basis. The Authority makes no guarantees regarding the number of Learners per Lot or per cohort. The estimate provided at II.2.6 is therefore the Authority's best estimate, but is not binding in terms of number of Learners or Costs under the Contract. Please note that (1) the Authority has applied a Cap and Collar in respect of Price per Learner. (2) the Supporting Design Services within this Lot are subject to a cap of £70,000. Please refer to the ITT for further information.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £6,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

7 July 2028

This contract is subject to renewal

Yes

Description of renewals

Contractors will qualify Learners joining the NPS during 3 academic years, with an option to extend to cover those learners joining in a fourth academic year as follows:

(a) Year 1 – October 2021 – September 2022

(b) Year 2 – October 2022 – September 2023

(c) Year 3 – October 2023 – September 2024

(d) (At the Authority’s option) Year 4 – October 2024 – September 2025.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It is anticipated that the Contract will commence in summer 2021 and shall continue until the end of: (1) An initial term of 6 calendar years from and including the commencement of the Contract or (2) the period by which 3 calendar years of cohorts have completed the academic course (whichever is later). In addition, the Authority can exercise an option to extent for a period of 12 months. Bidders should refer to the Contract for full details.

Contractors will qualify Learners joining the NPS during 3 academic years, with an option to extend to cover those learners joining in a fourth academic year as follows:

(a) Year 1 – October 2021 – September 2022

(b) Year 2 – October 2022 – September 2023

(c) Year 3 – October 2023 – September 2024

(d) (At the Authority’s option) Year 4 – October 2024 – September 2025.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

South Central NPS Region; South West NPS Region; and Wales NPS Region

Lot No

Lot 5

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services
  • 75231240 - Probation services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 80000000 - Education and training services
  • 80510000 - Specialist training services
  • 80532000 - Management training services
  • 80570000 - Personal development training services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Procurement for the development, accreditation, delivery, and award of the level 6 degree honours/graduate diploma known as “the Professional Qualification in Probation (PQiP)” to all learners based in National Probation Service regions within the Lot.

The opportunity comprises initial learning delivery to the current curriculum framework “Continuity Services”, the concurrent design of a new curriculum framework “Design Services” and learning delivery to subsequent cohorts under the new framework “Next Generation Services”. A Contractor appointed under this Lot will perform the role of Supporting Designer (with the exception of the Contractor appointed as Lead Designer under Lot 7). Supporting Designers will work in partnership with other Supporting Designer Contractors, the Lead Designer and the Authority to design the next generation curriculum.

Contractors will qualify Learners joining the NPS during 3 academic years commencing October 2021, with an option to extend to cover those learners joining in a fourth academic year. . Up to 4 cohorts will be admitted in each academic year on a quarterly basis and there will be a run off period following the final intake in 2024 (or 2025 if contracts are extended) to enable the cohorts to qualify.

During the lifetime of the contract there may be related work (e.g. specific short term items of academic research; mapping of qualifications; or support to develop curriculum in response to changes in practice or legislation) that the contractor may have the opportunity to deliver as optional services.

Bids for this Lot will be submitted on a Price per Learner basis. The Authority makes no guarantees regarding the number of Learners per Lot or per cohort. The estimate provided at II.2.6 is therefore the Authority's best estimate, but is not binding in terms of number of Learners or Costs under the Contract. Please note that (1) the Authority has applied a Cap and Collar in respect of Price per Learner. (2) the Supporting Design Services within this Lot are subject to a cap of £70,000. Please refer to the ITT for further information.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £7,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

7 July 2028

This contract is subject to renewal

Yes

Description of renewals

Contractors will qualify Learners joining the NPS during 3 academic years, with an option to extend to cover those learners joining in a fourth academic year as follows:

(a) Year 1 – October 2021 – September 2022

(b) Year 2 – October 2022 – September 2023

(c) Year 3 – October 2023 – September 2024

(d) (At the Authority’s option) Year 4 – October 2024 – September 2025.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It is anticipated that the Contract will commence in summer 2021 and shall continue until the end of: (1) An initial term of 6 calendar years from and including the commencement of the Contract or (2) the period by which 3 calendar years of cohorts have completed the academic course (whichever is later). In addition, the Authority can exercise an option to extent for a period of 12 months. Bidders should refer to the Contract for full details.

Contractors will qualify Learners joining the NPS during 3 academic years, with an option to extend to cover those learners joining in a fourth academic year as follows:

(a) Year 1 – October 2021 – September 2022

(b) Year 2 – October 2022 – September 2023

(c) Year 3 – October 2023 – September 2024

(d) (At the Authority’s option) Year 4 – October 2024 – September 2025.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

North East NPS Region; and Yorkshire and Humber NPS Region

Lot No

Lot 6

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services
  • 75231240 - Probation services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 80000000 - Education and training services
  • 80510000 - Specialist training services
  • 80532000 - Management training services
  • 80570000 - Personal development training services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Procurement for the development, accreditation, delivery, and award of the level 6 degree honours/graduate diploma known as “the Professional Qualification in Probation (PQiP)” to all learners based in National Probation Service regions within the Lot.

The opportunity comprises initial learning delivery to the current curriculum framework “Continuity Services”, the concurrent design of a new curriculum framework “Design Services” and learning delivery to subsequent cohorts under the new framework “Next Generation Services”. A Contractor appointed under this Lot will perform the role of Supporting Designer (with the exception of the Contractor appointed as Lead Designer under Lot 7). Supporting Designers will work in partnership with other Supporting Designer Contractors, the Lead Designer and the Authority to design the next generation curriculum.

Contractors will qualify Learners joining the NPS during 3 academic years commencing October 2021, with an option to extend to cover those learners joining in a fourth academic year. . Up to 4 cohorts will be admitted in each academic year on a quarterly basis and there will be a run off period following the final intake in 2024 (or 2025 if contracts are extended) to enable the cohorts to qualify.

During the lifetime of the contract there may be related work (e.g. specific short term items of academic research; mapping of qualifications; or support to develop curriculum in response to changes in practice or legislation) that the contractor may have the opportunity to deliver as optional services.

Bids for this Lot will be submitted on a Price per Learner basis. The Authority makes no guarantees regarding the number of Learners per Lot or per cohort. The estimate provided at II.2.6 is therefore the Authority's best estimate, but is not binding in terms of number of Learners or Costs under the Contract. Please note that (1) the Authority has applied a Cap and Collar in respect of Price per Learner. (2) the Supporting Design Services within this Lot are subject to a cap of £70,000. Please refer to the ITT for further information.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £6,800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

7 July 2028

This contract is subject to renewal

Yes

Description of renewals

Contractors will qualify Learners joining the NPS during 3 academic years, with an option to extend to cover those learners joining in a fourth academic year as follows:

(a) Year 1 – October 2021 – September 2022

(b) Year 2 – October 2022 – September 2023

(c) Year 3 – October 2023 – September 2024

(d) (At the Authority’s option) Year 4 – October 2024 – September 2025.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It is anticipated that the Contract will commence in summer 2021 and shall continue until the end of: (1) An initial term of 6 calendar years from and including the commencement of the Contract or (2) the period by which 3 calendar years of cohorts have completed the academic course (whichever is later). In addition, the Authority can exercise an option to extent for a period of 12 months. Bidders should refer to the Contract for full details.

Contractors will qualify Learners joining the NPS during 3 academic years, with an option to extend to cover those learners joining in a fourth academic year as follows:

(a) Year 1 – October 2021 – September 2022

(b) Year 2 – October 2022 – September 2023

(c) Year 3 – October 2023 – September 2024

(d) (At the Authority’s option) Year 4 – October 2024 – September 2025.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

In order to qualify to have its tender submission assessed, bidders must currently be able to provide a level 6 qualification via degree awarding powers and registration with the Office for Students (OfS), or via recognition from Ofqual or provide the Authority with a credible explanation of how it will have registration/recognition in place no later than April 2021.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 126-309321

four.2.2) Time limit for receipt of tenders or requests to participate

Date

3 February 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

3 February 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The services to be provided under this contract are classified as health, social and other services within Schedule 3 of the Public Contracts Regulations (PCR) 2015, therefore the Authority shall conduct this procurement in accordance with the “Light Touch Regime” (LTR). The procurement will therefore be governed by Section 7 of the Public Contracts Regulations 2015. Nothing should be inferred from the fact that a full contract notice has been published or that reference is made to the Open Procedure.

Lots are available to deliver learning within 6 Geographical Areas, coterminous with the twelve newly formed NPS Probation Regions, as further described in the ITT.

Contractors will qualify Learners joining the NPS during 3 academic years from October 2021, with an option to extend to cover those learners joining in a fourth academic year. Up to 4 cohorts will be admitted in each academic year on a quarterly basis and there will be a run off period following the final intake in 2024 (or 2025 if contracts are extended) to enable the cohorts to qualify. During the lifetime of the contract there may be related work (e.g. specific short term items of academic research; mapping of qualifications; or support to develop curriculum in response to changes in practice or legislation) that the contractor may have the opportunity to deliver.

Bidders can bid for one or more lots within lots 1-6. However, Bidders can only bid for Lot 7 if they have bid for Lot 1, 2, 3, 4, 5 and/or 6 and can only be awarded Lot 7 if they have been awarded one of these Lots.

For Lots 1-6, the Authority has imposed a restriction whereby a Bidder, Prime Contractor, Consortia Member and/or Key Subcontractor can only submit one bid within a lot. It is therefore not possible for organisations to be part of multiple bid teams within a Lot. These restrictions do not apply in respect of Lot 7.

The award of Lots 1-6 is subject to a lot cap. This lot cap applies to Bidders, Prime Contractors, Consortia Members and Next Generation Subcontractors (as defined and as more fully explained in the ITT).

A contractor may be requested to deliver services to Learners based outside the geographical area of its lot on a temporary or permanent basis if and to the extent that the contractor appointed to deliver services in that geographical area is unable to do so.

In accordance with the Public Services (Social Value) Act 2012, the Authority must consider: (a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and (b) how in conducting the process of procurement it might act with a view to securing that improvement. Accordingly, the Authority has taken this into account when designing the procurement.

The Authority is not liable for any costs incurred by economic operators in relation to this procurement. The Authority reserves the right to abandon or terminate the procurement (or any part of it including one or more lots) at its discretion. Participation in this procurement process is subject to the terms and conditions in the procurement documents and the e-sourcing portal terms of use.

The Authority is using its electronic procurement portal, for this procurement. Documents are available only in electronic form, located at https://ministryofjusticecommercial.bravosolution.co.uk (the "eSourcing tool”). To gain access to the sourcing event on Bravo, Bidders must register the names of all contacts requiring access to the sourcing event. The Authority will only communicate with Bidders via the eSourcing tool.

six.4) Procedures for review

six.4.1) Review body

Ministry of Justice

5 Wellington Place

Leeds

Country

United Kingdom