Tender

Connect to Work Croydon

  • London Borough of Croydon

F02: Contract notice

Notice identifier: 2025/S 000-006796

Procurement identifier (OCID): ocds-h6vhtk-04e6bb

Published 21 February 2025, 2:06pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Croydon

8 Mint Walk

Croydon

CR0 1EA

Contact

Philip Harper-Oliver

Email

philip.harper-oliver@croydon.gov.uk

Country

United Kingdom

NUTS code

UKI62 - Croydon

Internet address(es)

Main address

www.croydon.gov.uk

Buyer's address

https://in-tendhost.co.uk/croydontenders/aspx/Home

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/croydontenders/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/croydontenders/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Connect to Work Croydon

Reference number

LBC/TN/408

two.1.2) Main CPV code

  • 79414000 - Human resources management consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Connect to work CroydonCroydon Council wishes to appoint a Contractor to deliver the Connect to Work employment programme for the South London Partnership's (SLP). The South London Partnership is a sub-regional collaboration of five London boroughs: Croydon, Kingston upon Thames, Merton, and Sutton. Croydon Council will assume the role of lead accountable body for the design, procurement, and contract management of the programme. The Council may host a presentation session in respect of the procurement following publication of the contract notice. The purpose of the session would be to take questions from interested organisations and explain the scope and intention of the procurement. Details of any session will be communicated via the e-tendering portal to interested organisations. Participation in any session is not a requirement for future progress in the procurement.Availability of procurement document may shortly follow publication of this contract notice. The draft contract

two.1.5) Estimated total value

Value excluding VAT: £15,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79600000 - Recruitment services
  • 80000000 - Education and training services
  • 79414000 - Human resources management consultancy services
  • 79610000 - Placement services of personnel
  • 79611000 - Job search services

two.2.3) Place of performance

NUTS codes
  • UKI62 - Croydon
Main site or place of performance

Croydon, Kingston Upon Thames, Sutton and Merton

two.2.4) Description of the procurement

Open procedure

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

End date

31 March 2032

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Stated in the procurement documents.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Kingston upon Thames, Croydon, Merton, Sutton


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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

17 April 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

28 April 2025

Local time

12:00pm

Place

Croydon


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Croydon Council has been appointed to lead this procurement . The other authorities involved are Kingston upon Thames, Merton and Sutton."Tenderers should note that as this contract is being primarily funded through grant funding from the Department of Work and Pensions (DWP) to the Council, the full possible term of the contract is dependent on currently unknown factors, such as agreeing a delivery plan (see below) and whether additional funding will be provided to the Council in the future. Funding provided from central government is confirmed on a successive basis and so the full possible term of the programme is currently unknown by the Council. However, as at the date of this notice:1) The initial term of the contract is expected to be from contract execution until [31 March 2028]; Similarly, in respect of the estimated contract value, funding from DWP is subject to the Council and South London Partnership agreeing a delivery plan with DWP for the initial term and subsequent possible extensions (expected in April 2025 for the initial term). This delivery plan will include the final agreed funding, so the estimated value of the contract included in section II.1.5 of this notice has been set at the indicative level of £[24] million. This estimate is on the basis of the contract being extended up to seven years but for clarity:1) The Council expects the initial term to [31 March 2028] to have an estimated value of approximately £[10.3] million; and2) The current expected extensions to have a combined estimated value of approximately £[13.7] million.For the avoidance of doubt, the scope of this procurement covers the full possible delivery of the Connect to Work programme including all future extensions in both term length and value (even if these lengths and values exceed the currently expected figures included in this contract notice).Similarly, in respect of the estimated contract value, funding from DWP is subject to the Council and South London Partnership agreeing a delivery plan with DWP for the initial term and subsequent possible extensions (expected in April 2025 for the initial term). This delivery plan will include the final agreed funding, so the estimated value of the contract included in section II.1.5 of this notice has been set at the indicative level of £[24] million. This estimate is on the basis of the contract being extended up to seven years but for clarity:1) The Council expects the initial term to [31 March 2028] to have an estimated value of approximately £[10.3] million; and2) The current expected extensions to have a combined estimated value of approximately £[13.7] million.For the avoidance of doubt, the scope of this procurement covers the full possible delivery of the Connect to Work programme including all future extensions in both term length and value (even if these lengths and values exceed the currently expected figures included in this contract notice).

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

Royal Court of Justice The Strand London WC2A 2LL Country United Kingdom

London

Country

United Kingdom