Opportunity

Community Justice Learning

  • Ministry of Justice

F02: Contract notice

Notice reference: 2022/S 000-002083

Published 24 January 2022, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Email

mojprocurementlearninganddevelopment@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

Reference number

5910

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 design, 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 Probation Service (PS) across England and Wales. The course is to be delivered via a blended model that is majority distance learning.

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 PS Probation Regions, as further described in the ITT.

The intention is that two cohorts will commence learning in each Academic Year. However, the Authority and the Contractor may agree for additional intake/cohorts to start within an Academic Year. Contractors will qualify Learners joining the PS during three Academic Years from March 2023, with an option to extend to cover those learners joining in a fourth academic year in March 2026. There will be a run off period following each cohort to ensure that all Learners within each cohort can qualify, including following the final intake in March 2025 (or March 2026 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.

two.1.5) Estimated total value

Value excluding VAT: £38,800,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The opportunity is split into 6 lots. Bidders can bid for each lot but there are detailed rules which govern the number of lots that any one bidder can be awarded. These rules will be published in detail in the ITT.

two.2) Description

two.2.1) Title

East Midlands, West Midlands

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 75231240 - Probation services
  • 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 design, delivery, and award of the level 6 degree honours/ graduate diploma known as "the Professional Qualification in Probation (PQiP)" in the East Midlands, West Midlands. The qualification is undertaken by all trainee Probation Officers (Learners) employed by the Probation Service across England and Wales. The course is to be delivered via a blended model that is majority distance learning. A Contractor appointed under this lot will work together with the Authority and any Contractors appointed under the remaining lots in the design of a new curriculum framework “Course Design Services”. Thereafter it will deliver learning to subsequent cohorts under the new framework “Course Delivery Services”. Contractors will deliver Course Design Services between July 2022 and February 2023. Contractors will thereafter qualify Learners joining the Probation Service during three Academic Years, with an option to extend to cover those Learners joining in a fourth Academic Year. The intention is that two cohorts will commence learning in each Academic Year. However, the Authority and the Contractor may agree for additional intake/cohorts to start within an Academic Year. There will be a run off period following each cohort to ensure that all Learners within each cohort can qualify, including following the final intake in March 2025 (or March 2026 if contracts are extended) to enable the cohorts to qualify.

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: £6,820,911

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

End date

31 July 2029

This contract is subject to renewal

Yes

Description of renewals

Contractors will deliver Design Services between July 2022 and February 2023. Contractors will thereafter qualify Learners, with an option to extend to cover those Learners joining in a fourth Academic Year as follows:

Year 1 – March 2023 – February 2024

Year 2 – March 2024 – February 2025

Year 3 – March 2025 – February 2026

(Optional extension) Year 4 – March 2026 - February 2027

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Authority can exercise an option to extend to include a fourth Academic Year commencing March 2026. Bidders should refer to the Contract for full details.

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.2.14) Additional information

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”. Bidders should refer to the Contract for full details.

two.2) Description

two.2.1) Title

North East, Yorkshire and the Humber

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 75231240 - Probation services
  • 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 design, delivery, and award of the level 6 degree honours/ graduate diploma known as "the Professional Qualification in Probation (PQiP)" in the North East, Yorkshire and the Humber. The qualification is undertaken by all trainee Probation Officers (Learners) employed by the Probation Service across England and Wales. The course is to be delivered via a blended model that is majority distance learning.

A Contractor appointed under this lot will work together with the Authority and any Contractors appointed under the remaining lots in the design of a new curriculum framework “Course Design Services”. Thereafter it will deliver learning to subsequent cohorts under the new framework “Course Delivery Services”. Contractors will deliver Course Design Services between July 2022 and February 2023. Contractors will thereafter qualify Learners joining the Probation Service during three Academic Years, with an option to extend to cover those Learners joining in a fourth Academic Year. The intention is that two cohorts will commence learning in each Academic Year. However, the Authority and the Contractor may agree for additional intake/cohorts to start within an Academic Year. There will be a run off period following each cohort to ensure that all Learners within each cohort can qualify, including following the final intake in March 2025 (or March 2026 if contracts are extended) to enable the cohorts to qualify.

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: £6,442,047

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

End date

31 July 2029

This contract is subject to renewal

Yes

Description of renewals

Contractors will deliver Design Services between July 2022 and February 2023. Contractors will thereafter qualify Learners, with an option to extend to cover those Learners joining in a fourth Academic Year as follows:

Year 1 – March 2023 – February 2024

Year 2 – March 2024 – February 2025

Year 3 – March 2025 – February 2026

(Optional extension) Year 4 – March 2026 - February 2027

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Authority can exercise an option to extend to include a fourth Academic Year commencing March 2026. Bidders should refer to the Contract for full details.

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.2.14) Additional information

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”. Bidders should refer to the Contract for full details.

two.2) Description

two.2.1) Title

North West and Greater Manchester

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 75231240 - Probation services
  • 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 delivery, and award of the level 6 degree honours/ graduate diploma known as "the Professional Qualification in Probation (PQiP)" in the North West and Greater Manchester. The qualification is undertaken by all trainee Probation Officers (Learners) employed by the Probation Service across England and Wales. The course is to be delivered via a blended model that is majority distance learning.

A Contractor appointed under this lot will work together with the Authority and any Contractors appointed under the remaining lots in the design of a new curriculum framework “Course Design Services”. Thereafter it will deliver learning to subsequent cohorts under the new framework “Course Delivery Services”. Contractors will deliver Course Design Services between July 2022 and February 2023. Contractors will thereafter qualify Learners joining the Probation Service during three Academic Years, with an option to extend to cover those Learners joining in a fourth Academic Year. The intention is that two cohorts will commence learning in each Academic Year. However, the Authority and the Contractor may agree for additional intake/cohorts to start within an Academic Year. There will be a run off period following each cohort to ensure that all Learners within each cohort can qualify, including following the final intake in March 2025 (or March 2026 if contracts are extended) to enable the cohorts to qualify.

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: £5,305,215

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

End date

31 July 2029

This contract is subject to renewal

Yes

Description of renewals

Contractors will deliver Design Services between July 2022 and February 2023. Contractors will thereafter qualify Learners, with an option to extend to cover those Learners joining in a fourth Academic Year as follows:

Year 1 – March 2023 – February 2024

Year 2 – March 2024 – February 2025

Year 3 – March 2025 – February 2026

(Optional extension) Year 4 – March 2026 - February 2027

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Authority can exercise an option to extend to include a fourth Academic Year commencing March 2026. Bidders should refer to the Contract for full details.

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.2.14) Additional information

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”. Bidders should refer to the Contract for full details.

two.2) Description

two.2.1) Title

Kent, Surrey, Sussex, East of England

Lot No

Lot 4

two.2.2) Additional CPV code(s)

  • 75231240 - Probation services
  • 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 design, delivery, and award of the level 6 degree honours/ graduate diploma known as "the Professional Qualification in Probation (PQiP)" in Kent, Surrey, Sussex, East of England. The qualification is undertaken by all trainee Probation Officers (Learners) employed by the Probation Service across England and Wales. The course is to be delivered via a blended model that is majority distance learning.

A Contractor appointed under this lot will work together with the Authority and any Contractors appointed under the remaining lots in the design of a new curriculum framework “Course Design Services”. Thereafter it will deliver learning to subsequent cohorts under the new framework “Course Delivery Services”. Contractors will deliver Course Design Services between July 2022 and February 2023. Contractors will thereafter qualify Learners joining the Probation Service during three Academic Years, with an option to extend to cover those Learners joining in a fourth Academic Year. The intention is that two cohorts will commence learning in each Academic Year. However, the Authority and the Contractor may agree for additional intake/cohorts to start within an Academic Year. There will be a run off period following each cohort to ensure that all Learners within each cohort can qualify, including following the final intake in March 2025 (or March 2026 if contracts are extended) to enable the cohorts to qualify.

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: £5,305,215

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

End date

31 July 2029

This contract is subject to renewal

Yes

Description of renewals

Contractors will deliver Design Services between July 2022 and February 2023. Contractors will thereafter qualify Learners, with an option to extend to cover those Learners joining in a fourth Academic Year as follows:

Year 1 – March 2023 – February 2024

Year 2 – March 2024 – February 2025

Year 3 – March 2025 – February 2026

(Optional extension) Year 4 – March 2026 - February 2027

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Authority can exercise an option to extend to include a fourth Academic Year commencing March 2026. Bidders should refer to the Contract for full details.

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.2.14) Additional information

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”. Bidders should refer to the Contract for full details.

two.2) Description

two.2.1) Title

London, South Central

Lot No

Lot 5

two.2.2) Additional CPV code(s)

  • 75231240 - Probation services
  • 80000000 - Education and training services
  • 80510000 - Specialist training services
  • 80570000 - Personal development training services
  • 85320000 - Social services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Procurement for the design delivery, and award of the level 6 degree honours/ graduate diploma known as "the Professional Qualification in Probation (PQiP)" in London, South Central. The qualification is undertaken by all trainee Probation Officers (Learners) employed by the Probation Service across England and Wales. The course is to be delivered via a blended model that is majority distance learning.

A Contractor appointed under this lot will work together with the Authority and any Contractors appointed under the remaining lots in the design of a new curriculum framework “Course Design Services”. Thereafter it will deliver learning to subsequent cohorts under the new framework “Course Delivery Services”. Contractors will deliver Course Design Services between July 2022 and February 2023. Contractors will thereafter qualify Learners joining the Probation Service during three Academic Years, with an option to extend to cover those Learners joining in a fourth Academic Year. The intention is that two cohorts will commence learning in each Academic Year. However, the Authority and the Contractor may agree for additional intake/cohorts to start within an Academic Year. There will be a run off period following each cohort to ensure that all Learners within each cohort can qualify, including following the final intake in March 2025 (or March 2026 if contracts are extended) to enable the cohorts to qualify.

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: £7,578,879

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

End date

31 July 2029

This contract is subject to renewal

Yes

Description of renewals

Contractors will deliver Design Services between July 2022 and February 2023. Contractors will thereafter qualify Learners, with an option to extend to cover those Learners joining in a fourth Academic Year as follows:

Year 1 – March 2023 – February 2024

Year 2 – March 2024 – February 2025

Year 3 – March 2025 – February 2026

(Optional extension) Year 4 – March 2026 - February 2027

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Authority can exercise an option to extend to include a fourth Academic Year commencing March 2026. Bidders should refer to the Contract for full details.

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.2.14) Additional information

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”. Bidders should refer to the Contract for full details.

two.2) Description

two.2.1) Title

Wales, South West

Lot No

Lot 6

two.2.2) Additional CPV code(s)

  • 75231240 - Probation services
  • 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 design, delivery, and award of the level 6 degree honours/ graduate diploma known as "the Professional Qualification in Probation (PQiP)" in Wales, South West. The qualification is undertaken by all trainee Probation Officers (Learners) employed by the Probation Service across England and Wales. The course is to be delivered via a blended model that is majority distance learning.

A Contractor appointed under this lot will work together with the Authority and any Contractors appointed under the remaining lots in the design of a new curriculum framework “Course Design Services”. Thereafter it will deliver learning to subsequent cohorts under the new framework “Course Delivery Services”. Contractors will deliver Course Design Services between July 2022 and February 2023. Contractors will thereafter qualify Learners joining the Probation Service during three Academic Years, with an option to extend to cover those Learners joining in a fourth Academic Year. The intention is that two cohorts will commence learning in each Academic Year. However, the Authority and the Contractor may agree for additional intake/cohorts to start within an Academic Year. There will be a run off period following each cohort to ensure that all Learners within each cohort can qualify, including following the final intake in March 2025 (or March 2026 if contracts are extended) to enable the cohorts to qualify.

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: £6,442,047

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

End date

31 July 2029

This contract is subject to renewal

Yes

Description of renewals

Contractors will deliver Design Services between July 2022 and February 2023. Contractors will thereafter qualify Learners, with an option to extend to cover those Learners joining in a fourth Academic Year as follows:

Year 1 – March 2023 – February 2024

Year 2 – March 2024 – February 2025

Year 3 – March 2025 – February 2026

(Optional extension) Year 4 – March 2026 - February 2027

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Authority can exercise an option to extend to include a fourth Academic Year commencing March 2026. Bidders should refer to the Contract for full details.

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.2.14) Additional information

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”. Bidders should refer to the Contract for full details.


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 2022.

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: 2022/S 000-000707

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

Date

4 March 2022

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

4 March 2022

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

How to access the Procurement Documents including the Standard Questionnaire on Ministry of Justice Sourcing Portal:

Visit the site:

https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html

1. Suppliers are required to register their organisation on the portal if you don’t already have an Active account

2. Once your account has been activated (or you already have an active account) Suppliers will need to go to ‘’ITTs Open to All Suppliers” on the left hand side of the screen

3. Search for ‘’ ITT_5910 Community Justice Learning”.

4. After locating the above ITT, please click the ‘’Express Interest’’ button and it will save it to the ‘’My ITTs’’ tab and you will be able to access it.

Bids will be submitted on a Price per Learner basis. The Authority makes no guarantees regarding the number of Learners per lot or per cohort. Please note that (1) the Authority has applied a cap in respect of Price per Learner and (2) the Design Services are subject to a cap of £40,000 which will apply to each Contractor (regardless of the number of lots to which the Contractor has been appointed). Please refer to the ITT for further information.

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. Please refer to the Contract for further details.

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.

six.4) Procedures for review

six.4.1) Review body

High Court

London

Country

United Kingdom