Connect to Work Programme

A Tender Notice
by CAMBRIDGESHIRE & PETERBOROUGH COMBINED AUTHORITY

Source
Find a Tender
Type
Contract (Services)
Duration
24.5 month
Value
£12M
Sector
PROFESSIONAL
Published
01 Dec 2025
Delivery
13 Mar 2026 to 31 Mar 2028
Deadline
15 Dec 2025 12:00

Related Terms

Location

Geochart for 1 buyers and 0 suppliers

Description

The Authority is delivering the Connect to Work Programme as part of new Mayoral powers to convene local supported employment provision that contributes to the national Get Britain Working plan and the Local Growth Plan. Connect to Work is a new, voluntary supported employment initiative funded by the Department for Work and Pensions (DWP). It is the first major element of the Get Britain Working Strategy and will take a collaborative, locally led approach It will: • Connect local work, health, and skills support using a “place, train, maintain” model. • Target “hidden unemployment” and disadvantaged groups. • Deliver IPS (Individual Placement and Support) and SEQF (Supported Employment Quality Framework) interventions with high fidelity to national models. • Ensure equitable access through a zero-exclusions approach. • Support at least 3,738 residents between 2025 and 2030. The Authority, as Lead Authority and Accountable Body for Cambridgeshire & Peterborough, will commission, implement, and manage Connect to Work. Delivery will align with local priorities and be supported through partnerships with health services and other stakeholders

Renewal Options

Contract durations 25 months initially, with option to extend by 24 months. The Authority may, by giving the Supplier not less than three months' written notice prior to expiry of the Initial Term, request the extension of this agreement in respect of the whole (or part) of the Services and on the same terms mutatis mutandis, for a period of up to two years from the day following expiry of the Initial Term.

Award Criteria

Quality Stage 2 - Tender Stage Evaluation At Tender Stage, the Authority is applying a principle of seeking the Most Advantageous Tender by evaluating the tender submissions as follows respectively: • Quality – 100% • Pricing – Pricing Evaluation Methodology - Price per Quality Point (PCP)
Price PCP (Price per Quality Point) The quality question answers, which account for 100% are scored and weighted. Each supplier ends up with a total quality score (for example, 70 out of 100). Each supplier also submits their price on the Grant Cost Register (Appendix 9). This will be scored on the value entered into cell M20, which is “Total Indirect Costs (Maximum of 10% of Total Costs)” on the “Profit & Loss Summary Sheet”. This will be calculated by dividing each supplier’s price (cell M20) by their quality score. PCP = Price / Quality Score The supplier with the lowest PCP wins — they offer the best combination of price and quality.

CPV Codes

  • 80000000 - Education and training services
  • 79611000 - Job search services
  • 79634000 - Career guidance services
  • 80521000 - Training programme services
  • 80570000 - Personal development training services
  • 79600000 - Recruitment services

Indicators

  • Renewals are available.

Other Information

The Authority seeks to award a single contract to an experienced Supplier to manage a specialist supply chain and deliver 3,738 Connect to Work Programme starts, along with associated job starts and outcomes, between contract commencement and 31 March 2030. The successful Supplier will be responsible for: • Building and managing a specialist, local supply chain of delivery partners. • Ensuring access to, and engagement with, the targeted Connect to Work participants. • Overall delivery of both IPS (Individual Placement and Support model) and SEQF (Support Employment Quality Framework) support to the IPS and SEQF fidelity scales2 at the required volumes and profiles as detailed in this Specification. The Authority is conducting this procurement using the Competitive Flexible Procedure, in accordance with Section 20(2)(b) of the Procurement Act 2023. The process has been designed to ensure fairness, transparency, and proportionality, while maintaining flexibility to meet the requirements of this Light Touch Contract. Stage 1 – Shortlisting Suppliers Stage 1 identifies Suppliers capable of meeting the Authority’s requirements. • 4 pass/fail questions – Suppliers failing any pass/fail question will be excluded. • 3 weighted backward-looking questions – These assess relevant experience and are scored against the published marking scheme. Suppliers passing the pass/fail questions will be scored on their weighted quality responses. The Authority intends to invite up to five (5) of the highest-scoring Suppliers to Stage 2. If fewer than five meet the requirements, fewer may be shortlisted. In the event of a tie for fifth place, all Suppliers with the same score may progress. The shortlisting methodology will be applied consistently to all Suppliers and will not be altered once the evaluation process has commenced. Stage 2 – Invitation to Tender (ITT) Only Suppliers shortlisted from Stage 1 will be invited to Stage 2, which includes 1. Conditions of Participation (Exclusion Checks) 2. Tender Submission and Evaluation ** PREVIEW NOTICE, please check Find a Tender for full details. **

Reference

  • ocds-h6vhtk-05ec2f
  • FTS 078590-2025

Domains