Tender

WMCA Connect To Work - Black Country

  • West Midlands Combined Authority

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-043520

Procurement identifier (OCID): ocds-h6vhtk-0511cc (view related notices)

Published 28 July 2025, 2:40pm



Scope

Reference

2730488

Description

West Midlands Combined Authority (WMCA), in partnership with City of Wolverhampton Council, Dudley MBC, Sandwell, MBC and Walsall MBC are pleased to announce their intention to procure Supported Employment provision for disabled residents, residents with long-term health conditions, and other agreed disadvantaged groups with complex barriers to sustain work.

Set out in the Adults Skills and Employment Functional Strategy https://governance.wmca.org.uk/documents/s23891/Appendix 3 Functional Strategies Merged.pdf, our ambition is to develop an integrated employment and skills system that stimulates economic growth and delivers better outcomes for residents and businesses. Central to realising this is the flexibility we have secured as part of our deeper devolution deal, which gives the WMCA further policy influence with our system partners DWP and DfE, and control over adult skills and employment spending through the Integrated Settlement.

The opportunity created by the Get Britain Working White Paper paves the way for further devolved responsibility for employment support working in partnership with DWP. Demonstrated through a devolved role in supported employment through the new Connect to Work programme and stronger role in partnership with DWP to deliver better outcomes for residents, it will further enable us to deliver our ambition for an integrated system that meets residents' needs, especially those disadvantaged in the labour market through ill health or disability, in alignment with the region's three Integrated Care Board's WorkWell pilots.

Through Integrated Settlement, WMCA has secured funding to support up to 1400 participants to sustain work through the delivery of Individual Placement & Support (IPS) and Supported Employment Quality Framework (SEQF) models in 2025-26, with the potential to extend and scale up delivery in subsequent years. WMCA's Adult Skills & Employment Functional Strategy is available online through the following link: https://www.wmca.org.uk/documents/integrated-settlement/adult-skills-employment-functional-strategy/ with WMCA's approach to Connect to Work outlined in the Connect to Work Business Justification Case found here: https://governance.wmca.org.uk/ieListDocuments.aspx?CId=135&MId=1228&Ver=4

Total value (estimated)

  • £3,804,000 excluding VAT
  • £4,564,800 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 15 December 2025 to 31 March 2027
  • Possible extension to 31 March 2028
  • 2 years, 3 months, 17 days

Description of possible extension:

From 1st April 2026 potential variation and extension to deliver Phase 3 and Phase 4 (1st April 2026 to 31st March 2028)

Phase 3 = 12 months (Engagement & Support)

Phase 4 = 12 months (Support only)

Main procurement category

Services

CPV classifications

  • 85140000 - Miscellaneous health services

Contract locations

  • UKG38 - Walsall
  • UKG37 - Sandwell
  • UKG36 - Dudley
  • UKG39 - Wolverhampton

Participation

This procurement is reserved for

Supported employment providers

Legal and financial capacity conditions of participation

A Financial Risk Assessment Tool (FRAT) and accompanying guidance has been provided as part of the attachments to the PSQ. Prospective Bidders are required to read these documents thoroughly and follow the instructions in order to complete the self-assessment prior to the PSQ submision deadline.

If the Prospective Bidder has failed or flagged as a risk for any of the self-assessment metrics, they should contact WMCA via the Bravo messaging function to explain the situation and agree a range of risk mitigation measures with the WMCA Finance Team during the clarification period of the PSQ. Any Prospective Bidder that has failed or flagged as a risk for any of the self-assessment metrics and has not engaged with the WMCA Finance Team during the clarification period will be deemed to have failed the Financial Standing condition of participation.

WMCA will only engage with Prospective Bidders to discuss their Financial Risk Assessment results prior to the PSQ submision deadline.

Technical ability conditions of participation

3 x Technical Ability questions, scored in line with the WMCA Scoring Matrix, found at Annex A of the PSQ Guidance document in the attachments to the PSQ. The score for each question will be added together to give a Total Score for each Prospective Bidder who passes the other conditions of participation. All Prospective Bidders who receive a Total Score will be ranked. The top 10 ranked Prospective Bidders will be invited to tender.

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

8 August 2025, 5:00pm

Submission type

Requests to participate

Deadline for requests to participate

22 August 2025, 5:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

Maximum 10 suppliers

Selection criteria:

Responses to this PSQ will first be checked for compliance and completeness. WMCA reserves the right to reject any submissions that do not comply with the requirements of this PSQ, that are incomplete in any way or that are submitted after the applicable deadline. Submissions rejected due to being uncompliant or incomplete will not be evaluated.

All compliant and complete PSQ responses will progress to PSQ evaluation. The Pass/Fail elements of the PSQ will be evaluated first, any response that receives a 'Fail' on any of the Pass/Fail elements will be rejected and will not have any Scored elements evaluated and will not progress any further in the procurement. All responses that 'Pass' all Pass/Fail elements will progress to the evaluation of Scored questions and will receive a Total Score.

The minimum quality requirement for this PSQ is to reach a Total Mark equal to or above 60% of the total available marks. Any supplier not reaching this minimum threshold will not be considered any further within the process.

WMCA intends to shortlist the top ten (10) scoring Prospective Bidders who will be Invited to Tender that have met the applicable Conditions of Participation. Where multiple Prospective Bidders meeting the Conditions of Participation score the same total score which is within the highest-scoring scores, WMCA shall take forward all such Prospective Bidders, even if this exceeds the maximum threshold. Where a shortlisted Bidder withdraws, is disqualified or otherwise rejected within the period prior to the issue of the Invitation to Tender (ITT) then WMCA reserves the right to take through the next highest scoring Prospective Bidder to replace them.

Award decision date (estimated)

17 November 2025


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Technical Quality 90%
Commercial Cost 10%

Other information

Description of risks to contract performance

Risk - Mobilisation Delay

Impact - Under performance against the required outputs and outcomes would be a result of delayed mobilisation.

Risk - No bids or suitable responses are received during the tender period

Impact - The contract will not perform should no bids or suitable responses be received during the tender period.

Risk - Changes in target cohort

Impact - Lack of focus on priority cohort 18-24 year olds

Risk - Changes to outcome measures

Impact - Outcomes are set in line with 25/26 Integrated Settlement outcomes

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

This Competitive Flexible Procedure procurement will be conducted over 2 stages.

The first stage is the request to participate which will involve completion and submission of the Procurement Specific Questionnaire (PSQ). This stage is being used to down-select interested suppliers to invite to tender. Prospective Bidders who pass all Conditions of Participation included within the PSQ will have their Technical and Professional Ability questions scored to give a Total Score for their PSQ. Prospective Bidders will be ranked by Total Score and WMCA will invite the top 10 ranked prospective bidders in to tender.

The second stage is the Invitation to Tender (ITT) stage. The ITT will be issued to the top 10 ranked prospective bidders. Following the tender submission deadline, the evauation panel will evaluate all tenders and WMCA will award the contract to the highest scoring tenderer.


Documents

Documents to be provided after the tender notice

Documents that form the Invitation to Tender Pack will be issued to the bidders who progress to ITT stage through Bravo Solution, WMCA's e-tendering portal.


Contracting authority

West Midlands Combined Authority

  • Public Procurement Organisation Number: PGMD-1353-PZVX

16 Summer Lane

Birmingham

B19 3SD

United Kingdom

Region: UKG31 - Birmingham

Organisation type: Public authority - sub-central government


Other organisations

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

City of Wolverhampton Council

Summary of their role in this procurement: Evaluation of Tenders

  • Public Procurement Organisation Number: PVBV-7568-LBLL

Civic Centre, St Peters Square

Wolverhampton

WV1 1SH

United Kingdom

Region: UKG39 - Wolverhampton

Walsall MBC

Summary of their role in this procurement: Evaluation of Tenders

  • Public Procurement Organisation Number: PHGR-7481-DHXR

Civic Centre

Walsall

WS1 1XU

United Kingdom

Region: UKG38 - Walsall

Dudley MBC

Summary of their role in this procurement: Evaluation of Tenders

  • Public Procurement Organisation Number: PWYJ-3537-GLBW

The Council House, Priory Road

Dudley

DY1 1HF

United Kingdom

Region: UKG36 - Dudley

Sandwell MBC

Summary of their role in this procurement: Evaluation of Tenders

  • Public Procurement Organisation Number: PJHD-8764-YRJJ

Sandwell Council House, Freeth Street

Oldbury

B69 3DE

United Kingdom

Region: UKG37 - Sandwell


Contact organisation

Contact West Midlands Combined Authority for any enquiries.