Community Justice Learning (Professional Qualification in Probation)

A Tender Notice
by MINISTRY OF JUSTICE

Source
Find a Tender
Type
Contract (Services)
Duration
10.5 year
Value
£81M
Sector
PROFESSIONAL
Published
20 Oct 2025
Delivery
01 Sep 2026 to 28 Feb 2037
Deadline
19 Nov 2025 14:00

Related Terms

Location

London:

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

The Authority is launching a tender to procure the delivery of Community Justice Learning (CJL), which forms the academic component of the Professional Qualification in Probation (PQiP) programme. The PQiP is the mandatory training route for all Probation Officers employed by the Probation Service. It comprises a BA (Hons) Degree or Graduate Diploma in Community Justice, alongside a Level 5 Vocational Qualification in Probation Practice, which is delivered in-house by His Majesty’s Prison and Probation Service (HMPPS) staff. Under Section 10 of the Offender Management Act 2007, the Secretary of State for Justice may determine the qualifications, experience and training required to practise as a Probation Officer. Since 1 April 2016, the PQiP has been the sole statutory route to qualification. HMPPS is the only employer of Probation Officers in England and Wales, and the PQiP programme is the only route to train and qualify for this profession. The Authority holds a CJL Course Design Framework, which defines the academic structure, outcomes and learning standards that all suppliers will be required to adopt and implement during the Mobilisation Phase. Contractors will be required to design their academic course content in accordance with this framework and secure appropriate accreditation through the Regulated Qualifications Framework (RQF) or Framework for Higher Education Qualifications (FHEQ). The academic elements of the PQiP to be delivered under this contract include: • A Level 6 academic qualification forming the core programme which all learners must complete; and • Level 4 and Level 5 components providing advanced standing onto the core programme where required, depending on each learner’s prior learning and experience. Learning will be delivered through biannual cohorts across four standard entry routes: 1. Probation Services Officer Progression (PSOP); 2. Standard PQiP (post-graduate) – full-time; 3. Standard PQiP (post-graduate) – part-time; and 4. PQiP non-graduate route – full-time. Course duration will vary between 15 and 30 months, depending on the entry route and prior learning. From time to time, the Authority may wish to commission ‘optional services’ from the Supplier / Contractor. Optional Services are services which are related and complementary to the contracted Services but incidental and discrete in nature and could for example include (without limitation) specific short term academic research projects and mapping of qualifications. The estimated annual volume is approximately 1,200 learners (not guaranteed), divided across four regional Lots as follows: • Lot 1: London – estimated 22% market share • Lot 2: North East, Yorkshire and the Humber, East Midlands and West Midlands– estimated 28% market share • Lot 3: North West, Greater Manchester, Wales– estimated 22% market share • Lot 4: East of England, Kent, Surrey and Sussex, South Central, South West– estimated 27% market share The delivery model will be 100% virtual, with all learning conducted through live, synchronous online teaching (e.g. Microsoft Teams). Suppliers may offer face-to-face sessions at their own discretion and cost where beneficial to learners. The contract term will be 10.5 years, anticipated to commence in September 2026, structured as follows: • Mobilisation Phase (6 months): Development and finalisation of curriculum, securing accreditation, and readiness for delivery; • Service Delivery Phase (8.5 years): Delivery of up to 13 learner cohorts, beginning in March 2027; and • Teach-Out Phase (1.5 years): Completion period for learners who have taken breaks in learning before contract expiry.

Lot Division

1 London
  • Value: £18M

Community Justice Learning Lot 1 - London

2 North East, Yorkshire and the Humber, East Midlands and West Midlands
  • Value: £23M

Community Justice Learning Lot 2 - North East, Yorkshire and the Humber, East Midlands and West Midlands

3 North West, Greater Manchester Wales
  • Value: £18M

Community Justice Learning Lot 3 - North West, Greater Manchester, Wales

4 East of England, Kent, Surrey and Sussex, South Central, South West
  • Value: £22M

Community Justice Learning Lot 4: East of England, Kent, Surrey and Sussex, South Central, South West

Award Criteria

Section 1 - Delivery to Regions within Lots Lot Specific Questions
Section 2 - Course Mobilisation Services Mobilisation Plan Academic and other Personal used during the Mobilisation Phase
Section 3 - Course Delivery Requirements and Curriculum, Teaching & Assessment Course Delivery Quality Assurance Academic Staff during course delivery Support services and Support Staff
Section 4: Supporting Students Learner Support
Section 5 – Course Governance, Contract Management, Management Information and KPI’s Performance Monitoring Risk Management and Contingency Plans
Section 6 - Social Value Creating a pipeline of opportunities for the contract workforce, reducing barriers to entry for under-represented groups. Increasing productivity through physical and mental wellbeing: in the supply chain and communities in the relevant area.

CPV Codes

  • 80000000 - Education and training services

Indicators

  • This is a recurring contract.

Other Information

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. 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”). 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_9959 – Community Justice Learning, 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 ** PREVIEW NOTICE, please check Find a Tender for full details. **

Reference

  • ocds-h6vhtk-0504cd
  • FTS 066788-2025

Domains