United Kingdom24 days leftOpen

Awarding Organisation for HMPPS Probation Qualifications

Tender Overview

ORGANIZATION

Ministry of Justice

LOCATION

Inner London - West, United Kingdom

VALUE

£928,192

DEADLINE

February 26, 2026 at 14:00

CATEGORY

Other

CPV CODE

80000000

REFERENCE

007485-2026

Project Timeline

Contact Information

View Original

Original Tender 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.
⚠️

MANDATORY EXCLUSION GROUNDS

  • No mandatory exclusion grounds are explicitly mentioned in this notice.

ELIGIBILITY REQUIREMENTS

  • The awarding organisation must be registered with OfQual.
  • The supplier must be an external awarding organisation.
🔧

TECHNICAL CAPABILITY REQUIREMENTS

  • The awarding organisation must be able to provide registration for learners of the specified qualifications.
  • The awarding organisation must be able to provide certificate generation for learners of the specified qualifications.
  • The awarding organisation must be able to provide storage of certificates for learners of the specified qualifications.
  • The awarding organisation must be able to award/certify the Level 3 Certificate in Probation Practice (Qualification Number: 603/1231/2).
  • The awarding organisation must be able to award/certify the Level 3 Diploma in Probation Practice (Qualification Number: 603/1234/8).
  • The awarding organisation must be able to award/certify the Level 5 Diploma in Probation Practice (Qualification Number: 610/2081/3).
  • The awarding organisation must be able to award/certify the Level 3 Award In Assessing Competence in the Work Environment (Qualification Number: 600/6542/4).
  • The awarding organisation must be able to award/certify the Level 4 Award In Internal Quality Assurance of Assessment Processes and Practice (Qualification Number: 600/8383/9).
  • The awarding organisation must be able to audit the qualification centre, assessments, and quality assurance processes of HMPPS Probation Services.
  • The awarding organisation must be able to provide services for the entire 60-month contract duration.
💰

FINANCIAL REQUIREMENTS

  • Bidders should be prepared to deliver services for an estimated contract value of 928,192 EUR.
  • Tenders will be assessed based on Price Per Quality Point (PPQP), requiring a competitive and value-for-money pricing structure.
📋

SUBMISSION REQUIREMENTS

  • Suppliers must register for and use the Central Digital Platform (CDP) as per GOV.UK guidance.
  • Suppliers must use the E-Sourcing Portal, Jaggaer, for this procurement.
  • Suppliers must log on to Jaggaer at https://ministryofjusticecommercial.bravosolution.co.uk/.
  • Suppliers must search for the ITT using reference ITT_14758 on Jaggaer.
  • Suppliers must register for a Jaggaer account if they do not already have one.
  • Tenders must be submitted by the deadline of 2026-02-26T14:00:00+00:00.
  • Tenders will be evaluated to identify the Most Advantageous Tender (MAT) based on Price Per Quality Point (PPQP).
  • Bidders must await the formal launch of the Invitation to Tender (ITT) for full documentation and submission instructions.

Requirements Preview

Sign up to view complete requirements and analysis

AI-powered requirement analysis
Complete compliance breakdown
Strategic bidding insights
Instant eligibility check

No credit card required • Setup in 2 minutes

DOC
OCDS Record
OCDS Data007485-2026_ocds_record.json
Summary:
The Ministry of Justice seeks an OfQual-registered awarding organisation to provide registration, certification, and auditing for various Probation Practice qualifications for HMPPS.
DOC
OCDS Release Package
OCDS Data007485-2026_ocds_release.json
Summary:
The Ministry of Justice seeks an OfQual-registered awarding organisation to provide registration, certification, and auditing for various Level 3 and Level 5 Probation Practice and Assessor/IQA qualifications for HMPPS.
PDF
Official PDF Version
General Information007485-2026_official.pdf
Summary:
The Ministry of Justice seeks an OfQual-registered awarding organisation to provide registration, certification, storage, and auditing services for various HMPPS probation qualifications.
HTM
Tender Notice
Administrative Documents007485-2026.html
Summary:
The Ministry of Justice seeks an OfQual-registered awarding organisation to provide registration, certification, and auditing for HMPPS Probation Services' Level 3 and 5 qualifications.

Documents Preview

Sign up to view document summaries and analysis

AI document summaries
Key requirement extraction
Risk & compliance alerts
Strategic document insights

No credit card required • Setup in 2 minutes

75
Good

Tender Quality Score

This tender notice provides a clear overview of the required awarding organisation services for HMPPS Probation Qualifications, utilizing an e-procurement portal, but full tender documentation is not yet available, impacting immediate bidder preparation.

Score Breakdown

Legal Compliance75/100

The tender clearly defines the open procedure and assigns an appropriate CPV code. The submission period appears reasonable from the notice date. However, the absence of explicit mandatory exclusion grounds in this notice and the fact that the full legal documentation is yet to be formally launched are minor points.

Missing explicit mandatory exclusion grounds in the notice
Clarity80/100

The description of services and AI-extracted technical requirements are exceptionally clear and specific, detailing the qualifications and auditing functions. The evaluation method (PPQP) is stated, but the detailed criteria for assessing 'quality points' are not provided in this notice, which is a clarity gap.

Detailed evaluation criteria for 'quality points' are not specified in this notice
Completeness70/100

Basic information, financial details, and timeline are well-populated. However, the critical 'Full tender documentation' is explicitly stated to be available only upon formal ITT launch, making this notice incomplete for a comprehensive tender response.

Full tender documentation is not immediately available
Fairness85/100

The tender promotes fairness through disclosed value, objective evaluation method (PPQP), and mandatory e-procurement via a specified portal with clear access instructions. Requirements, such as OfQual registration, are standard for the service and do not appear tailored. The main concern is the delayed access to full tender documents.

Full tender documentation is not immediately accessible
Practicality65/100

Electronic submission via Jaggaer is fully supported with clear instructions and contact details. Key dates like contract start and duration are provided. The primary practical limitation for bidders is the current unavailability of the complete tender documents.

Complete tender documents are not yet available for immediate review and preparation
Data Consistency90/100

All essential fields are populated, and the information provided (e.g., dates, values, status) is logical and consistent across the notice. There are no reported disputes or suspensions.

Sustainability50/100

The tender notice does not include any explicit requirements or considerations related to green procurement, social aspects, or innovation. It is also not indicated as EU funded.

Absence of sustainability criteria (environmental, social, innovation)

Strengths

Clear and specific service description and technical requirements
Transparent estimated value and contract duration
Mandatory e-procurement with clear portal access instructions
Objective evaluation method (Price Per Quality Point) specified
Appropriate CPV classification

Concerns

Full tender documentation is not immediately available
Detailed evaluation criteria for 'quality points' are not specified in this notice
Absence of explicit mandatory exclusion grounds in the notice
No sustainability (environmental, social, innovation) criteria included

Recommendations

1. Ensure the full Invitation to Tender (ITT) documents are published well in advance of the submission deadline to allow adequate preparation time.
2. Provide detailed breakdown of the 'quality points' assessment criteria within the ITT to enhance transparency.
3. Consider incorporating sustainability (e.g., environmental impact, social value) and innovation criteria where relevant in future procurements.

AI Scoring Preview

Sign up to view complete requirements and analysis

Complete quality score analysis
Detailed sub-score breakdown
Strengths & concerns insights
Strategic recommendations

No credit card required • Setup in 2 minutes

Generate DocumentsReview Documents
B
Tender Quality Score
75/ 100 · Good

Tender Assistant

Ask me anything about this tender

Tender Assistant

Hello! I'm your AI assistant for this tender. I can help you understand requirements, deadlines, eligibility criteria, and provide strategic insights.

What are the main requirements?
When is the deadline?
Who is eligible to bid?

No credit card required

Setup in 2 minutes

Save with Notes