Scope
Reference
CN250240
Description
The Department for Work & Pensions (DWP) has launched a new national supported employment programme called 'Connect to Work' (C2W). Connect to Work is a key part of the Government's new 'Get Britain Working Strategy' and its commitment to supporting the 1.8m people in the UK who would like to work but are not currently participating in the labour market.
The programme aims to support 81,000 individuals per year overall nationally. Connect to work will be delivered by 43 accountable bodies across the UK. Kent County Council (KCC) are one of 43 Accountable bodies and will be delivering the programme on behalf of Kent and Medway.
The "Connect to Work" programme is an initiative aimed at providing employment support to individuals with disabilities or long-term health conditions, or other disadvantaged groups. The programme offers targeted interventions, job coaching, workplace support, and other support to ensure that individuals facing challenges can participate in and retain employment.
The majority of participants on the programme (75%) will be supported using the Individual Placement Support (IPS) fidelity model. This opportunity relates to the IPS intervention only.
For this procurement exercise, KCC are including the following contract areas in the competitive tender process:
Lot 1 - North Kent (IPS) (comprising the Gravesham and Medway districts)
Lot 2 - Mid Kent (IPS) (comprising the Swale, Ashford and Canterbury districts)
Lot 3 - East Kent (IPS) (comprising the Shepway, Dover and Thanet Districts)
A Contract Lotting Map has been provided within the procurement documents, to provide a visual representation of contract lotting and geographical boundaries for the service.
Lot 1. North Kent (IPS)
Description
The North Kent (IPS) lot includes the following district areas: Gravesham and Medway. The successful provider will be expected to deliver all IPS Supported Employment provision within this lot area.
It is anticipated that c.1358 participants in total will be supported within this area for the duration of the programme. Further information relating to the services and volumes to be delivered can be found in the procurement documents.
Lot 2. Mid Kent (IPS)
Description
The Mid Kent (IPS) lot includes the following district areas: Swale, Ashford and Canterbury. The successful provider will be expected to deliver all IPS Supported Employment provision within this lot area.
It is anticipated that c.1860 participants in total will be supported within this area for the duration of the programme. Further information relating to the services and volumes to be delivered can be found in the procurement documents.
Lot 3. East Kent (IPS)
Description
The East Kent (IPS) lot includes the following district areas: Swale, Ashford and Canterbury. The successful provider will be expected to deliver all IPS Supported Employment provision within this lot area.
It is anticipated that 1441 participants in total will be supported within this area for the duration of the programme. Further information relating to the services and volumes to be delivered can be found in the procurement documents.
Contract 1. Lot 1 - North Kent (IPS)
Lots
Lot 1. North Kent (IPS)
Supplier
Contract value
- £5,588,690.40 including VAT
Above the relevant threshold
Award decision date
20 February 2026
Date assessment summaries were sent to tenderers
23 February 2026
Standstill period
- End: 4 March 2026
- 8 working days
Earliest date the contract will be signed
5 March 2026
Contract dates (estimated)
- 1 April 2026 to 31 March 2028
- Possible extension to 31 March 2030
- 4 years
Description of possible extension:
There will be an optional extension period, up to a maximum of 2 years (24 months). This is subject to availability of funding and supplier performance during the initial contract term.
Main procurement category
Services
Options
The right to additional purchases while the contract is valid.
The Council reserves the right to amend the service areas a supplier is delivering in, and modify these contracts to include additional participant volumes, and/or service areas (in accordance with Section 74 of the Procurement Act) in the following circumstances:
• There has been a supplier failure within other lot area(s) within Kent and Medway, leading to termination or suspension of contract/services and/or reduction in participant profile or scope of the contract.
• An awarded supplier has declined to deliver further services under this programme, or is unable to meet the specified participant targets within their lot area(s).
• The Council terminates a Connect to work contract in line with the provisions of the terms and conditions, including but not limited to supplier insolvency or change of control.
• Local government reorganisation changes to current district boundaries necessitate an amendment to existing service areas and/or participant profiles.
Should additional service areas be awarded via a contract modification process, the total estimated value of this contract could range from: Lot 1 - £4,657,242 to £15,977,975 Lot 2 - £6,378,844 - £15,977,975, Lot 3 - £4,941,889 - £15,977,975 (estimated option values exclusive of VAT, based on indicative participant profiles)
CPV classifications
- 75131000 - Government services
- 80000000 - Education and training services
- 85000000 - Health and social work services
Contract locations
- UKJ - South East (England)
Contract 2. Lot 2 - Mid Kent (IPS)
Lots
Lot 2. Mid Kent (IPS)
Supplier
Contract value
- £5,930,266.80 including VAT
Above the relevant threshold
Award decision date
20 February 2026
Date assessment summaries were sent to tenderers
23 February 2026
Standstill period
- End: 4 March 2026
- 8 working days
Earliest date the contract will be signed
5 March 2026
Contract dates (estimated)
- 1 April 2026 to 5 April 2028
- Possible extension to 31 March 2030
- 4 years
Description of possible extension:
There will be an optional extension period, up to a maximum of 2 years (24 months). This is subject to availability of funding and supplier performance during the initial contract term.
Main procurement category
Services
Options
The right to additional purchases while the contract is valid.
The Council reserves the right to amend the service areas a supplier is delivering in, and modify these contracts to include additional participant volumes, and/or service areas (in accordance with Section 74 of the Procurement Act) in the following circumstances:
• There has been a supplier failure within other lot area(s) within Kent and Medway, leading to termination or suspension of contract/services and/or reduction in participant profile or scope of the contract.
• An awarded supplier has declined to deliver further services under this programme, or is unable to meet the specified participant targets within their lot area(s).
• The Council terminates a Connect to work contract in line with the provisions of the terms and conditions, including but not limited to supplier insolvency or change of control.
• Local government reorganisation changes to current district boundaries necessitate an amendment to existing service areas and/or participant profiles.
Should additional service areas be awarded via a contract modification process, the total estimated value of this contract could range from: Lot 1 - £4,657,242 to £15,977,975 Lot 2 - £6,378,844 - £15,977,975, Lot 3 - £4,941,889 - £15,977,975 (estimated option values exclusive of VAT, based on indicative participant profiles)
CPV classifications
- 75131000 - Government services
- 80000000 - Education and training services
- 85000000 - Health and social work services
Contract locations
- UKJ - South East (England)
Contract 3. Lot 3. East Kent (IPS)
Lots
Lot 3. East Kent (IPS)
Supplier
Contract value
- £5,930,266.80 including VAT
Above the relevant threshold
Award decision date
20 February 2026
Date assessment summaries were sent to tenderers
23 February 2026
Standstill period
- End: 4 March 2026
- 8 working days
Earliest date the contract will be signed
5 March 2026
Contract dates (estimated)
- 1 April 2026 to 31 March 2028
- Possible extension to 31 March 2030
- 4 years
Description of possible extension:
There will be an optional extension period, up to a maximum of 2 years (24 months). This is subject to availability of funding and supplier performance during the initial contract term.
Main procurement category
Services
Options
The right to additional purchases while the contract is valid.
The Council reserves the right to amend the service areas a supplier is delivering in, and modify these contracts to include additional participant volumes, and/or service areas (in accordance with Section 74 of the Procurement Act) in the following circumstances:
• There has been a supplier failure within other lot area(s) within Kent and Medway, leading to termination or suspension of contract/services and/or reduction in participant profile or scope of the contract.
• An awarded supplier has declined to deliver further services under this programme, or is unable to meet the specified participant targets within their lot area(s).
• The Council terminates a Connect to work contract in line with the provisions of the terms and conditions, including but not limited to supplier insolvency or change of control.
• Local government reorganisation changes to current district boundaries necessitate an amendment to existing service areas and/or participant profiles.
Should additional service areas be awarded via a contract modification process, the total estimated value of this contract could range from: Lot 1 - £4,657,242 to £15,977,975 Lot 2 - £6,378,844 - £15,977,975, Lot 3 - £4,941,889 - £15,977,975 (estimated option values exclusive of VAT, based on indicative participant profiles)
CPV classifications
- 75131000 - Government services
- 80000000 - Education and training services
- 85000000 - Health and social work services
Contract locations
- UKJ - South East (England)
Information about tenders
Lot 1. North Kent (IPS)
- 9 tenders received
- 9 tenders assessed in the final stage:
- 4 submitted by small and medium-sized enterprises (SME)
- 3 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 8 suppliers unsuccessful (details included for contracts over £5 million)
Unsuccessful suppliers
- SHAW TRUST LIMITED(THE)
- CXK
- FEDCAP EMPLOYMENT LIMITED
- GET SKILLS EMPLOYMENT & TRAINING LTD
- Reed in Partnership Limited
- RUNWAY APPRENTICESHIPS LIMITED
- STANDGUIDE LIMITED
- TWIN TRAINING INTERNATIONAL LIMITED
Lot 2. Mid Kent (IPS)
- 6 tenders received
- 6 tenders assessed in the final stage:
- 3 submitted by small and medium-sized enterprises (SME)
- 2 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 5 suppliers unsuccessful (details included for contracts over £5 million)
Unsuccessful suppliers
- CXK
- FEDCAP EMPLOYMENT LIMITED
- GET SKILLS EMPLOYMENT & TRAINING LTD
- RUNWAY APPRENTICESHIPS LIMITED
- PEOPLEPLUS GROUP LIMITED
Lot 3. East Kent (IPS)
- 7 tenders received
- 7 tenders assessed in the final stage:
- 3 submitted by small and medium-sized enterprises (SME)
- 3 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 6 suppliers unsuccessful (details included for contracts over £5 million)
Unsuccessful suppliers
Submission
Submission type
Requests to participate
Procedure
Procedure type
Competitive flexible procedure
Special regime
Light touch
Suppliers
CXK
- Companies House: 4399340
- Public Procurement Organisation Number: PDXQ-7712-PYWP
The Old Court, Tufton Street
Ashford
TN23 1QN
United Kingdom
Website: http://www.cxk.org
Region: UKJ45 - Mid Kent
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): Yes
FEDCAP EMPLOYMENT LIMITED
- Companies House: 11842787
- Public Procurement Organisation Number: PWNX-2652-BMMT
Boaz House, Massey Road,
Thornaby, Stockton-On-Tees
TS17 6DY
United Kingdom
Website: https://fedcap.org.uk/employment/
Region: UKC11 - Hartlepool and Stockton-on-Tees
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
GET SKILLS EMPLOYMENT & TRAINING LTD
- Companies House: 07083531
- Public Procurement Organisation Number: PCWM-2653-WRMG
86-90, Paul Street
London
EC2A 4NE
United Kingdom
Website: https://www.getsetuk.co.uk/
Region: UKI41 - Hackney and Newham
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
PEOPLEPLUS GROUP LIMITED
- Companies House: 05722765
- UK Register of Learning Providers (UKPRN number): 10036431
The Quorum, Bond Street South
Bristol
BS1 3AE
United Kingdom
Website: https://peopleplus.co.uk/
Region: UKK11 - Bristol, City of
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
Reed in Partnership Limited
- Companies House: 00851645
- Public Procurement Organisation Number: PRBL-7293-HRJP
Academy Court, 94 Chancery Lane
London
WC2A 1DT
United Kingdom
Website: http://www.reedinpartnership.co.uk
Region: UKI31 - Camden and City of London
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
RUNWAY APPRENTICESHIPS LIMITED
- Companies House: 08957135
- Public Procurement Organisation Number: PZRP-6983-QJVQ
8-10 South Street
Epsom
KT18 7PF
United Kingdom
Website: http://www.runwaytraining.co.uk
Region: UKJ26 - East Surrey
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
SHAW TRUST LIMITED(THE)
- Companies House: 01744121
- Charity Commission (England and Wales): 287785
Black Country House, Rounds Green Road
Oldbury
B69 2DG
United Kingdom
Region: UKG37 - Sandwell
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): Yes
Supported employment provider: Yes
Public service mutual: No
Associated people/organisations:
Below is the current list of sub-contractors for this contract. Sub-contractors may change throughout the life of the contract. The contracting authority will ensure compliance with the procurement regulations in the event of a change to the list of sub-contractors.
Proposed Subcontractors:
Migrant Help (04172880)
Royal British Legion Poppy Factory Limited (The) (00204405)
Contract 2. Lot 2 - Mid Kent (IPS)
STANDGUIDE LIMITED
- Companies House: 02563257
- Public Procurement Organisation Number: PXVG-4195-YZCQ
Unit G.01 Clarence Arcade
Ashton-Under-Lyne
OL6 7PT
United Kingdom
Website: http://www.standguide.co.uk
Region: UKD35 - Greater Manchester South East
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
THE FORWARD TRUST
- Companies House: 02560474
- Public Procurement Organisation Number: PBNG-1368-PHZN
Unit 106, Edinburgh House, 170 Kennington Lane
London
SE11 5DP
United Kingdom
Email: development@forwardtrust.org.uk
Website: http://www.forwardtrust.org.uk
Region: UKI45 - Lambeth
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): Yes
Supported employment provider: No
Public service mutual: No
Associated people/organisations:
Below is the current list of sub-contractors for this contract. Sub-contractors may change throughout the life of the contract. The contracting authority will ensure compliance with the procurement regulations in the event of a change to the list of sub-contractors.
Contract 1. Lot 1 - North Kent (IPS)
Contract 3. Lot 3. East Kent (IPS)
TWIN TRAINING INTERNATIONAL LIMITED
- Companies House: 03118260
- Public Procurement Organisation Number: PYLY-3825-NNCQ
12 Lambarde Square
London
SE10 9GB
United Kingdom
Website: https://www.twingroup.org/en/
Region: UKI51 - Bexley and Greenwich
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Contracting authority
Kent County Council
- Public Procurement Organisation Number: PLDL-8938-YGYW
County Hall
Maidstone
ME14 1XQ
United Kingdom
Region: UKJ45 - Mid Kent
Organisation type: Public authority - sub-central government