Tender

Connect to Work Programme

  • Cambridgeshire & Peterborough Combined Authority

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

Notice identifier: 2025/S 000-078590

Procurement identifier (OCID): ocds-h6vhtk-05ec2f

Published 1 December 2025, 3:43pm



Scope

Reference

DN799123

Description

The Authority is delivering the Connect to Work Programme as part of new Mayoral powers to convene local supported employment provision that contributes to the national Get Britain Working plan and the Local Growth Plan.

Connect to Work is a new, voluntary supported employment initiative funded by the Department for Work and Pensions (DWP). It is the first major element of the Get Britain Working Strategy and will take a collaborative, locally led approach

It will:

• Connect local work, health, and skills support using a "place, train, maintain" model.

• Target "hidden unemployment" and disadvantaged groups.

• Deliver IPS (Individual Placement and Support) and SEQF (Supported Employment Quality Framework) interventions with high fidelity to national models.

• Ensure equitable access through a zero-exclusions approach.

• Support at least 3,738 residents between 2025 and 2030.

The Authority, as Lead Authority and Accountable Body for Cambridgeshire & Peterborough, will commission, implement, and manage Connect to Work. Delivery will align with local priorities and be supported through partnerships with health services and other stakeholders

The Authority seeks to award a single contract to an experienced Supplier to manage a specialist supply chain and deliver 3,738 Connect to Work Programme starts, along with associated job starts and outcomes, between contract commencement and 31 March 2030.

The successful Supplier will be responsible for:

• Building and managing a specialist, local supply chain of delivery partners.

• Ensuring access to, and engagement with, the targeted Connect to Work participants.

• Overall delivery of both IPS (Individual Placement and Support model) and SEQF (Support Employment Quality Framework) support to the IPS and SEQF fidelity scales2 at the required volumes and profiles as detailed in this Specification.

The Authority is conducting this procurement using the Competitive Flexible Procedure, in accordance with Section 20(2)(b) of the Procurement Act 2023. The process has been designed to ensure fairness, transparency, and proportionality, while maintaining flexibility to meet the requirements of this Light Touch Contract.

Stage 1 - Shortlisting Suppliers

Stage 1 identifies Suppliers capable of meeting the Authority's requirements.

• 4 pass/fail questions - Suppliers failing any pass/fail question will be excluded.

• 3 weighted backward-looking questions - These assess relevant experience and are scored against the published marking scheme.

Suppliers passing the pass/fail questions will be scored on their weighted quality responses. The Authority intends to invite up to five (5) of the highest-scoring Suppliers to Stage 2. If fewer than five meet the requirements, fewer may be shortlisted. In the event of a tie for fifth place, all Suppliers with the same score may progress.

The shortlisting methodology will be applied consistently to all Suppliers and will not be altered once the evaluation process has commenced.

Stage 2 - Invitation to Tender (ITT)

Only Suppliers shortlisted from Stage 1 will be invited to Stage 2, which includes

1. Conditions of Participation (Exclusion Checks)

2. Tender Submission and Evaluation

Total value (estimated)

  • £12,291,042 excluding VAT
  • £14,749,250 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 13 March 2026 to 31 March 2028
  • Possible extension to 31 March 2030
  • 4 years, 19 days

Description of possible extension:

Contract durations

25 months initially, with option to extend by 24 months.

The Authority may, by giving the Supplier not less than three months' written notice prior to expiry of the Initial Term, request the extension of this agreement in respect of the whole (or part) of the Services and on the same terms mutatis mutandis, for a period of up to two years from the day following expiry of the Initial Term.

Main procurement category

Services

CPV classifications

  • 80000000 - Education and training services
  • 79611000 - Job search services
  • 79634000 - Career guidance services
  • 80521000 - Training programme services
  • 80570000 - Personal development training services
  • 79600000 - Recruitment services

Submission

Submission type

Requests to participate

Tender submission deadline

15 December 2025, 12:00pm

Submission address and any special instructions

Interested parties are invited to download and engage with the opportunity by;

(a) Going to: https://procontract.due-north.com/Opportunities

(b) Select Cambridgeshire & Peterborough Combined Authority from the organization list

(c) Searching for opportunity: Connect to Work Programme; Ref: DN799123

(d) Express an interest

(e) Access and download the Tender documents from the website and respond in accordance with the contained instructions.

Alternatively, you can access the direct link to the opportunity here:

https://procontract.due-north.com/Advert?advertId=41b64870-a7ce-f011-813a-005056b64545

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

3 to 10 suppliers

Award decision date (estimated)

27 February 2026


Award criteria

This table displays the award criteria of the lot
Name Description Type
Quality

Stage 2 - Tender Stage Evaluation

At Tender Stage, the Authority is applying a principle of seeking the Most Advantageous Tender by evaluating the tender submissions as follows respectively:

• Quality...

Quality
Price

PCP (Price per Quality Point)

The quality question answers, which account for 100% are scored and weighted. Each supplier ends up with a total quality score (for example, 70 out of 100).

Each supplier...

Price

Weighting description

Stage 2 - Tender Stage Evaluation

At Tender Stage, the Authority is applying a principle of seeking the Most Advantageous Tender by evaluating the tender submissions as follows respectively:

Quality - 100%

Pricing - Pricing Evaluation Methodology - Price per Quality Point (PCP)


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

The Authority is conducting this procurement using the Competitive Flexible Procedure, in accordance with Section 20(2)(b) of the Procurement Act 2023. The process has been designed to ensure fairness, transparency, and proportionality, while maintaining flexibility to meet the requirements of this Light Touch Contract.

Stage 1 - Shortlisting Suppliers

Stage 1 identifies Suppliers capable of meeting the Authority's requirements. It includes:

• 4 pass/fail questions - Suppliers failing any pass/fail question will be excluded.

• 3 weighted backward-looking questions - These assess relevant experience and are scored against the published marking scheme.

Suppliers passing the pass/fail questions will be scored on their weighted quality responses. The Authority intends to invite up to five (5) of the highest-scoring Suppliers to Stage 2. If fewer than five meet the requirements, fewer may be shortlisted. In the event of a tie for fifth place, all Suppliers with the same score may progress.

The shortlisting methodology will be applied consistently to all Suppliers and will not be altered once the evaluation process has commenced.

Stage 2 - Invitation to Tender (ITT)

Only Suppliers shortlisted from Stage 1 will be invited to Stage 2, which includes:

1. Conditions of Participation (Exclusion Checks)

o Each Supplier must complete the Procurement Specific Questionnaire (PSQ) and meet the Authority's conditions of participation before tender evaluation.

o The PSQ will determine whether mandatory or discretionary exclusion grounds apply and confirm ongoing compliance.

o Suppliers failing the PSQ or conditions of participation will be excluded, and their tender will not be evaluated.

2. Tender Submission and Evaluation

o Suppliers passing the PSQ will have their Stage 2 submissions evaluated on quality and price, according to the ITT evaluation criteria and weightings.

o The contract will be awarded to the Supplier achieving the highest overall evaluation score.

o Tie-breaks: If scores are tied, the contract will be awarded based on combined scores for

Quality Questions 1 and 3. If still tied, preference will be given to delivery planned in Fenland and Peterborough, reflecting strategic priorities.

.

The Authority reserves the right to make amendments to the procurement process or timetable where necessary. Any such amendment will be communicated to all Suppliers simultaneously through the Portal, accompanied by the rationale for the change, and the Authority will ensure that no Supplier is placed at a disadvantage as a result of any amendment. Contract award is subject to CPCA funding approval or receipt from Government.

Reduced tendering period

Yes

Light touch contract - no minimum


Contracting authority

Cambridgeshire & Peterborough Combined Authority

  • Public Procurement Organisation Number: PBXV-5726-VWGJ

Cambridgeshire & Peterborough Combined Authority, 2nd floor, Pathfinder House, St Mary's Street

Huntingdon

PE29 3TN

United Kingdom

Contact name: CPCA Procurement

Telephone: +44 1480277180

Email: procurement@cambridgeshirepeterborough-ca.gov.uk

Website: https://cambridgeshirepeterborough-ca.gov.uk/

Region: UKH12 - Cambridgeshire CC

Organisation type: Public authority - sub-central government