Section one: Contracting authority
one.1) Name and addresses
The Mayor and Commonalty and Citizens of the City of London
Po Box 270, Guildhall
London
EC2P 2EJ
Taiwo.Muraina-Akinboade@cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
https://www.cityoflondon.gov.uk
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 Programme - Delivery Partner
two.1.2) Main CPV code
- 79611000 - Job search services
two.1.3) Type of contract
Services
two.1.4) Short description
The City of London Corporation (the "City") has now established an agreement for the provision of a Delivery Partner on behalf of Central London Forward as part of the Department for Work and Pensions Connect to Work Programme.
The duration of the contract is up to 5 years only.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £30,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 79611000 - Job search services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The Department for Work and Pensions (DWP) has launched the Connect to Work programme (formerly known as Universal Support), an employment programme aimed at assisting disabled individuals and unemployed people with complex needs in securing employment.
Central London Forward (CLF), hosted by the City of London Corporation (the "City"), has been appointed as the accountable body for the Connect to Work programme in central London.
CLF is a strategic sub-regional partnership encompassing the local authorities of: Camden Council, City of London Corporation, Hackney Council, Haringey Council, Islington Council, Royal Borough of Kensington and Chelsea, Lambeth Council, Lewisham Council, Southwark Council, Tower Hamlets Council, Wandsworth Council, Westminster City Council.
To effectively deliver the programme in line with DWP requirements, there is a need for a Delivery Partner to undertake the work on behalf of Camden Council, Royal Borough of Kensington and Chelsea, Westminster City Council and partially for Haringey Council and Lambeth Council. The City reserves the right to extend the service in part or in full to the rest of the councils under CLF noted above should the need arise. Equally it reserves the right to reduce the requirement depending on DWP or other factors.
The duration of the agreement is up to 5 years only.
two.2.5) Award criteria
Quality criterion - Name: Technical Envelope / Weighting: 65%
Quality criterion - Name: Responsible Procurement Envelope / Weighting: 15
Quality criterion - Name: Pass/Fail Elements / Weighting: Pass/Fail
Cost criterion - Name: Pass/Fail Elements / Weighting: Pass/Fail
Cost criterion - Name: Commercial Envelope / Weighting: 20%
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 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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-005622
Section five. Award of contract
Title
Connect to Work Programme - Delivery Partner
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 August 2025
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from non-EU Member States: 7
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Seetec Business Technology Centre Limited
75/77 Main Road, Hockley, Essex
Hockley
SS54RG
Country
United Kingdom
NUTS code
- UKH3 - Essex
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £30,000,000
Section six. Complementary information
six.3) Additional information
This tendering exercise was undertaken using the electronic tendering system https://cityoflondon.ukp.app.jaggaer.com. Suppliers had to register an interest on the system in order to participate and registration was free.
The estimated total value of the contract was stated in sections II.1.5) and II.2.6) of the opportunity notice and is exclusive of VAT and for the entire duration together with all potential future needs as described within the tender documents.
The procurement was ran as a one stage process under the open procedure and therefore, interested organisations participated in this tender exercise by completing and returning the Qualification Envelope and the Invitation To Tender (ITT) questionnaire which was found on the City's e-procurement portal at: https://cityoflondon.ukp.app.jaggaer.com with the Reference number: prj_67 or itt_50.
Organisations submitted their completed Qualification Envelope and Invitation to Tender(ITT) questionnaire together with any supporting documents, via the system by the return deadline in order to participate and registration was free. Qualification envelopes and Invitation to Tender(ITT) questionnaires were not accepted after the return deadline.
A total of seven submissions were received for this tender. Following evaluation and moderation by all participating authorities, in line with the published criteria, the contract has been awarded to Seetec Business Technology Centre Limited.
The Contract Duration is for 5 years with no possible extensions.
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom