Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
MoJProcurementlearningandDevelopment@justice.gov.uk
Telephone
+44 02033343555
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/ministry-of-justice
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
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/web/login.html
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
Forensic Psychologist in Training Qualification
Reference number
prj_13629
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
This is a call for competition.
The Ministry of Justice (MoJ) is seeking up to four suppliers to provide training for up to 70 Forensic Psychologists in Training (FPiTs) per year (up to 280 in total over the length of the contract) with the opportunity to achieve the stage 2 FPiT qualification.
two.1.5) Estimated total value
Value excluding VAT: £2,016,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 80300000 - Higher education services
- 80330000 - Safety education services
- 80340000 - Special education services
- 80400000 - Adult and other education services
- 80430000 - Adult-education services at university level
- 80500000 - Training services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
two.2.4) Description of the procurement
This is a call for competition.
The Ministry of Justice (MoJ) works to protect the public and reduce reoffending and has responsibility for various parts of the justice system, including the Courts, prisons, probation services and attendance centres. MoJ works in partnership with other government departments and agencies to reform the criminal justice system, to serve the public and support the victims of crime.
In support of MoJ, His Majesty's Prison and Probation Service (HMPPS) Psychological Services Group and Forensic Psychology Services (FPS) Wales employs Forensic Psychologists to undertake a range of tasks which includes assessment and intervention, research, consultancy and training. PSG/FPS are the largest employers of Forensic Psychologists in England and Wales.
Forensic Psychologist is a protected title. To be qualified to use this title, individuals must successfully complete a course of training that meets the requirements of the HCPC standards of proficiency in Forensic Psychology.
To work as a FPiT in the UK, and to use this protected title, individuals must engage in a course of training that meets the requirements of the Health & Care Professions Council (HCPC) for the standards of proficiency in Forensic Psychology.
The requirement of this tender is to provide a stage 2 HCPC approved qualification in Forensic Psychology training route that will, on completion, confer registration with the HCPC for those individuals undertaking the training.
The MoJ are seeking up to four suppliers to provide training for up to 70 Forensic Psychologists in Training (FPiTs) per year (up to 280 in total over the length of the contract) with the opportunity to achieve the stage 2 FPiT qualification.
The maximum total contract value is £2,016,000 ex VAT and will be shared across up to four contracts, with an anticipated contract value range of between £288,000.00 ex VAT and £1,080.000.00 ex VAT.
The FPiT will be based in various locations across England and Wales aligned to individual prisons.
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: £2,016,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
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.2.14) Additional information
Please register via https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
Should you require any support, please contact the Jaggaer support team on 0845 0100 132 or
Once registered, please search using the ITT reference; ITT_9040 - Forensic Psychologist in Training qualification to access this opportunity and the procurement documents.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
7 January 2025
Local time
11:00am
Changed to:
Date
14 January 2025
Local time
11:00am
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 January 2025
Local time
11:00am
Place
Electronically
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
1. REGISTRATION
The Ministry of Justice will be performing events through its e-Sourcing Portal. The eSourcing Portal is an online application that allows all potential suppliers to create and submit their responses to this
Request for Proposal via the internet rather than in paper form.
Please register via https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html
Should you require any support, please contact the Jaggaer support team on 0845 0100 132 or esourcing@justice.gov.uk
Once registered, please search using the ITT reference: ITT_9040 -Forensic Psychologist in Training Qualification to access this opportunity and the procurement documents.
Responses must be received by the date in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered further for this opportunity.
As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which
facilitates all messages sent to you and from you in relation to any specific tender event. Please note it
is your responsibility to access these messages on a regular basis to ensure you have sight of all
relevant information applicable to this opportunity.
six.4) Procedures for review
six.4.1) Review body
The High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Ministry of Justice will incorporate a 10 calendar day Standstill Period following electronic notification to successful and unsuccessful bidders of the award decision.
Any comments should be communicated through the Ministry of Justice eSourcing portal.