Contract

Connect to Work Programme - Delivery Partner

  • The Mayor and Commonalty and Citizens of the City of London

F03: Contract award notice

Notice identifier: 2025/S 000-051897

Procurement identifier (OCID): ocds-h6vhtk-04e358 (view related notices)

Published 28 August 2025, 11:51am



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

Email

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