- Lot 1. Lot 1: Working with the Southwark Resource Centre and the range of services delivered from the centre including the Disability Hub, the Wellbeing Hub, support for carers and support for people with SEND.
- Lot 2. Lot 2: Emphasis on community outreach and engagement including VCS, faith groups, housing estates, Family Hubs and Children's Centres etc. and networks not covered in lot 1 or by the council's in-house service.
- Lot 3. Lot 3: Working across all referral routes and in partnership with providers across the programme to provide support for people already in-work who are at risk of dropping out of work due to their health condition, disability or other disadvantage, or wish to move to new employment.
Scope
Reference
DN764071
Description
Connect to Work is a Department for Work and Pensions (DWP) funded programme of supported employment to be delivered over five years from October 2025 to financial year 2029/30. Its primary objective is to support people with health and disability related barriers into good quality, sustainable employment using tested models of support known as Individual Placement and Support (IPS) and the Supported Employment Quality Framework (SEQF).
Southwark is projected to have the highest number of Connect to Work participants of all central London boroughs, with up to 700 starts per year when the programme is at full capacity. Over the five-year delivery period, over 2,000 people are expected to benefit from support. The council will take a blended approach to delivering Connect to Work in Southwark with approximately 30% of total volumes to be delivered in-house and 70% procured through external organisations. Effective integration with local employment support services delivered through the Southwark Works programme and with local health,
wellbeing and social care providers will be essential to the success of this programme.
A Prior Information Notice (PIN) 2025/S 000-005585 was issued on 18 February 2025 and a Preliminary Market Engagement Event was held online on 27 February 2025.
The Connect to Work programme is for four years and six months commencing on 1 October 2025, for a total estimated value of £6,490,546 including VAT.
Contracts will be offered in 3 lots. The details of each lot and the maximum contract values for each are as follows:
Lot 1: Working with the Southwark Resource Centre and the range of services delivered from the centre including the Disability Hub, the Wellbeing Hub, support for carers and support for people with SEND. Also working with: The Nest mental health support for young people. Services providing SEND support to younger people including council teams.
Lot 1 total estimate value including VAT: £4,039,956
Lot 2: Emphasis on community outreach and engagement including VCS, faith groups, housing estates, Family Hubs and Children's Centres etc. and networks not covered in lot 1 or by the council's in-house service.
Lot 2 total estimate value including VAT: £1,933,794
Lot 3: Working across all referral routes and in partnership with providers across the programme to provide support for people already in-work who are at risk of dropping out of work due to their health condition, disability or other disadvantage, or wish to move to new employment.
Lot 3 total estimate value including VAT: £516,796
Total value (estimated)
- £5,408,789 excluding VAT
- £6,490,546 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 October 2025 to 31 March 2030
- 4 years, 6 months
Main procurement category
Services
CPV classifications
- 98000000 - Other community, social and personal services
Contract locations
- UKI44 - Lewisham and Southwark
Lot 1. Lot 1: Working with the Southwark Resource Centre and the range of services delivered from the centre including the Disability Hub, the Wellbeing Hub, support for carers and support for people with SEND.
Description
Lot 1: Working with the Southwark Resource Centre and the range of services delivered from the centre including the Disability Hub, the Wellbeing Hub, support for carers and support for people with SEND. Also working with: The Nest mental health support for young people. Services providing SEND support to younger people including council teams.
Lot 1 total estimate value including VAT: £4,039,956
Lot value (estimated)
- £4,039,956 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Lot 2: Emphasis on community outreach and engagement including VCS, faith groups, housing estates, Family Hubs and Children's Centres etc. and networks not covered in lot 1 or by the council's in-house service.
Description
Lot 2: Emphasis on community outreach and engagement including VCS, faith groups, housing estates, Family Hubs and Children's Centres etc. and networks not covered in lot 1 or by the council's in-house service. Lot 2 total estimate value including VAT: £1,933,794
Lot value (estimated)
- £1,933,794 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. Lot 3: Working across all referral routes and in partnership with providers across the programme to provide support for people already in-work who are at risk of dropping out of work due to their health condition, disability or other disadvantage, or wish to move to new employment.
Description
Lot 3: Working across all referral routes and in partnership with providers across the programme to provide support for people already in-work who are at risk of dropping out of work due to their health condition, disability or other disadvantage, or wish to move to new employment. Lot 3 total estimate value including VAT: £516,796
Lot value (estimated)
- £516,796 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Participation
Particular suitability
Lot 1. Lot 1: Working with the Southwark Resource Centre and the range of services delivered from the centre including the Disability Hub, the Wellbeing Hub, support for carers and support for people with SEND.
Lot 2. Lot 2: Emphasis on community outreach and engagement including VCS, faith groups, housing estates, Family Hubs and Children's Centres etc. and networks not covered in lot 1 or by the council's in-house service.
Lot 3. Lot 3: Working across all referral routes and in partnership with providers across the programme to provide support for people already in-work who are at risk of dropping out of work due to their health condition, disability or other disadvantage, or wish to move to new employment.
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
13 June 2025, 5:00pm
Submission type
Tenders
Tender submission deadline
23 June 2025, 10:00am
Submission address and any special instructions
Tenders and associated documents must be submitted by uploading onto the Contracting Authority's e-portal system: ProContract also known as London Tenders Portal.
The ePortal can be accessed via the following link:
https://procontract.due-north.com/Opportunities/Index?p=2241eb95-058ae511-
80f7-000c29c9ba21&v=1
Tenders
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
12 September 2025
Award criteria
Name | Type | Weighting |
---|---|---|
Quality assessment | Quality | 80% |
Price Assessment | Price | 20% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Light touch
Competitive flexible procedure description
STAGE 1: Stage 1 commenced with the issuing of a Tender Notice with the unique procurement identifier ocds-h6vhtk-05157a and the publication of this procurement pack. This procurement pack includes the Procurement Specific Questionnaire at Section 6 Annex 1 and the Tender documents and supporting documents listed at paragraph 2 of the Section 2: Conditions of Tendering document which all Tenderers are required to complete and return in accordance with the Procurement Timetable and instructions within this ITT.
The Authority will assess the Procurement Specific Questionnaire and Stage 1 will complete with Tenderers being notified in writing of whether or not they have met the Authority's minimum requirements and are eligible to progress to Stage 2. Tenderers not progressed to Stage 2 will be provided with a written explanation of the reasons why they have not met the requirements to progress to Stage 2.
STAGE 2: Stage 2 will commence with the evaluation of Tenders consisting of a Tenderer's response to the Quality Questions and the Pricing Schedule, in accordance with the assessment process and award criteria set out in this ITT.
Tenderers that progress to Stage 2 will also be issued with a letter by the Authority inviting the Tenderer to attend the presentation. The letter will describe:
1. how the presentation will be conducted;
2. the location and dates for the presentation;
3. the maximum number of representatives of the Tenderer that are permitted to attend; and
4. Any other attendee arrangements.
1.3.5 The presentations will be used to moderate the written submissions for the following questions:
Question 1.2 - Participant journey;
Question 2.1 - Partnership working and integration; and
Questions 3.1 and 3.2 - Skills, knowledge, resources, and capacity.
Stage 2 will conclude with the issuing of the notification of award to participating Tenderers, in accordance with paragraph 6 of the Section 2: Conditions of Tendering document.
Each stage of the Procurement must be submitted in accordance with the Procurement Timetable and instructions set out in this ITT and any additional information provided.
Justification for not publishing a preliminary market engagement notice
A preliminary market engagement has been carried out however the preliminary market engagement notice was not available at the time and therefore a Prior Information Notice (PIN) 2025/S 000-005585 was issued on 18 February 2025 and a Preliminary Market Engagement Event was held online on 27 February 2025.
Contracting authority
Southwark Council
- Public Procurement Organisation Number: PXTW-7647-VDLV
160 Tooley Street
London
SE1 2QH
United Kingdom
Contact name: Mrs Katerina Athanasiadou
Telephone: +442075252281
Email: ProcurementAdviceTeam@southwark.gov.uk
Website: http://www.southwark.gov.uk
Region: UKI44 - Lewisham and Southwark
Organisation type: Public authority - sub-central government