Tender

Awarding Organisation for HMPPS Probation Qualifications

  • Ministry of Justice

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-007485

Procurement identifier (OCID): ocds-h6vhtk-050b66 (view related notices)

Published 28 January 2026, 11:02am



Scope

Description

HMPPS provide internal training and education for Probation Services.

An external awarding organisation is required to provide registration, certificate generation and storage thereof for learners of the below qualifications:

Level 3 Certificate in Probation Practice - Qualification Number: 603/1231/2.

Level 3 Diploma in Probation Practice - Qualification Number: 603/1234/8

Level 5 Diploma in Probation Practice - Qualification Number: 610/2081/3

Level 3 Award In Assessing Competence in the Work Environment - Qualification Number: 600/6542/4

Level 4 Award In Internal Quality Assurance of Assessment Processes and Practice - Qualification Number: 600/8383/9

The awarding organisation must also be able to audit our qualification centre, assessments and quality assurance processes. This can be done virtually.

The awarding organisation must be registered with OfQual.

Full tender documentation and submission instructions will be available when the Invitation to Tender (ITT) is formally launched. The Authority will assess all Tenders in order to identify the Supplier which has submitted the Most Advantageous Tender. Most Advantageous Tender (MAT) means the Tender that offers the best value for money based on the evaluation assessment criteria. The assessment criteria chosen to determine the MAT is Price Per Quality Point ("PPQP").

If you are interested in this opportunity, suppliers are strongly encouraged to familiarise themselves with the guidance on registering for and using the Central Digital Platform (CDP), available via Information and guidance for suppliers - GOV.UK.

The information set out in this notice, including the nature and scope of the requirement, estimated values, and CPV classifications, is provided for guidance and may be subject to change. The Authority reserves the right to amend the procurement approach or requirements at any stage and is not bound to enter into any contract as a result of this notice. All procurements remain subject to Cabinet Office and HM Treasury controls and approvals.

The Ministry of Justice is using the E-Sourcing Portal, Jaggaer, for this procurement which means the ITT is available only in electronic form. To access this procurement opportunity please log on to Jaggaer at https://ministryofjusticecommercial.bravosolution.co.uk/ and search for the ITT using reference ITT_14758, to be able to view the ITT documents and submit a response.

If you do not already have a Jaggaer account please register to create an account via the following link - https://ministryofjusticecommercial.bravosolution.co.uk/

If you have any issues registering, please contact 0845 0100 132 or e-mail esourcing@justice.gov.uk.

Any queries regarding Jaggaer should be sent to the Authority's Central Support Team (Mon - Fri 08:30 - 17:00) by calling 0845 0100 132 or by emailing: esourcing@justice.gov.uk

Total value (estimated)

  • £773,493 excluding VAT
  • £928,192 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 10 July 2026 to 9 July 2031
  • 5 years

Main procurement category

Services

CPV classifications

  • 80000000 - Education and training services
  • 75121000 - Administrative educational services
  • 80400000 - Adult and other education services

Participation

Legal and financial capacity conditions of participation

PSQ13

The Authority will assess your financial health using the financial information available via Experian or Company's Watch as described below.

Pass: You will pass this question, if no material risk associated with your economic and financial standing is identified and the Authority sees no material risk to your financial ability to deliver the requirements specified (Delphi or Company Watch score is 45 or higher presenting below average risk). The Authority will obtain Experian reports via your company number during the Qualification Evaluation as a preference. If this is not available for any reason, the Authority will obtain a Company's Watch report and evaluate against the same threshold of 45. You may also pass this section if a material risk is identified, but clarification, mitigating factors or reasons in response to this, which in the reasonable opinion of the Authority, sufficiently address the previously identified risk such that it is no longer regarded as a material risk to your financial ability to deliver the requirements specified.

Fail: You will fail this question, if a concern regarding your economic and financial standing is identified, which the Authority considers pose a material risk to your financial ability to deliver the requirements specified.

NOTE: Before a Supplier is failed, the Authority will give the Supplier the opportunity to clarify any concern or material risk identified and provide any reasons or mitigating circumstances as to why this should not be considered as a concern or material risk. The Authority will decide, at its sole discretion, that the Supplier should not fail this section having regard to the clarification response, mitigating factors or reasons offered by the Supplier, which in the reasonable opinion of the Authority, sufficiently address the previously addressed concerns and/or risks such that it is no longer regarded as material.

PSQ14

Are you relying on another supplier to act as a guarantor?

If so, please provide their name and evidence of their economic and financial standing as an attachment in the 'Additional Attachments' section.

INSURANCE

PSQ15

1. Please confirm whether you already have, or can commit to obtain, prior to the award of the contract, the levels of insurance cover indicated below:

a. Employer's (Compulsory) Liability Insurance* = £5m

b. Professional Indemnity Insurance = £5m

*There is a legal requirement for certain employers to hold Employer's (Compulsory) Liability Insurance of £5 million as a minimum.

CYBER ESSENTIALS

PSQ16

Please confirm that you have in place, or that you will have in place by the award of the contract, a Cyber Essentials Certification.

COMPLIANCE WITH THE UK GENERAL DATA PROTECTION REGULATION

PSQ17

Please confirm that you have in place, or that you will have in place by the award of the contract, the human and technical resources to perform the contract to ensure compliance with the UK General Data Protection Regulation and to ensure the protection of the rights of data subjects.

Technical ability conditions of participation

PSQ18

Relevant experience and contract examples.

Please provide details of up to three contracts to meet conditions of participation relating to technical ability set out in the relevant notice or procurement documents, in any combination from either the public or private sectors (which may include samples of grant-funded work).

PSQ19

Please confirm you are currently recognised by OfQual within the sector subject area of Public Services.

PSQ20

Please provide your OfQual Recognition Number to evidence you are recognised within the scope of Public Services. This should be the number as it appears in the most recent publication at time of Tender.

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

13 February 2026, 5:00pm

Tender submission deadline

26 February 2026, 2:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

13 April 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Service Capability Quality 35%
Contract Management Quality 20%
Capacity and Change Quality 20%
Implementation Quality 15%
Social Value Quality 10%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Special regime

Light touch


Contracting authority

Ministry of Justice

  • Public Procurement Organisation Number: PDNN-2773-HVYN

102 Petty France

London

SW1H 9AJ

United Kingdom

Region: UKI32 - Westminster

Organisation type: Public authority - central government