Notice Information
Notice Title
Connect to Work Programme
Notice 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
Lot Information
Lot 1
Renewal: 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05ec2f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/078590-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
80 - Education and training services
-
- CPV Codes
79600000 - Recruitment services
79611000 - Job search services
79634000 - Career guidance services
80000000 - Education and training services
80521000 - Training programme services
80570000 - Personal development training services
Notice Value(s)
- Tender Value
- £12,291,042 £10M-£100M
- Lots Value
- £12,291,042 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 1 Dec 20253 days ago
- Submission Deadline
- 15 Dec 20252 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 13 Mar 2026 - 31 Mar 2028 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CAMBRIDGESHIRE & PETERBOROUGH COMBINED AUTHORITY
- Contact Name
- CPCA Procurement
- Contact Email
- procurement@cambridgeshirepeterborough-ca.gov.uk
- Contact Phone
- +44 1480277180
Buyer Location
- Locality
- HUNTINGDON
- Postcode
- PE29 3TN
- Post Town
- Peterborough
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH4 Cambridgeshire and Peterborough
- Small Region (ITL 3)
- TLH42 Cambridgeshire CC
- Delivery Location
- Not specified
-
- Local Authority
- Huntingdonshire
- Electoral Ward
- Huntingdon North
- Westminster Constituency
- Huntingdon
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/078590-2025
1st December 2025 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-05ec2f-2025-12-01T15:43:14Z",
"date": "2025-12-01T15:43:14Z",
"ocid": "ocds-h6vhtk-05ec2f",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PBXV-5726-VWGJ",
"name": "Cambridgeshire & Peterborough Combined Authority",
"identifier": {
"scheme": "GB-PPON",
"id": "PBXV-5726-VWGJ"
},
"address": {
"streetAddress": "Cambridgeshire & Peterborough Combined Authority, 2nd floor, Pathfinder House, St Mary's Street",
"locality": "Huntingdon",
"postalCode": "PE29 3TN",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH12"
},
"contactPoint": {
"name": "CPCA Procurement",
"email": "procurement@cambridgeshirepeterborough-ca.gov.uk",
"telephone": "+44 1480277180"
},
"roles": [
"buyer"
],
"details": {
"url": "https://cambridgeshirepeterborough-ca.gov.uk/",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PBXV-5726-VWGJ",
"name": "Cambridgeshire & Peterborough Combined Authority"
},
"tender": {
"id": "DN799123",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Connect to Work Programme",
"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",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
{
"scheme": "CPV",
"id": "79611000",
"description": "Job search services"
},
{
"scheme": "CPV",
"id": "79634000",
"description": "Career guidance services"
},
{
"scheme": "CPV",
"id": "80521000",
"description": "Training programme services"
},
{
"scheme": "CPV",
"id": "80570000",
"description": "Personal development training services"
},
{
"scheme": "CPV",
"id": "79600000",
"description": "Recruitment services"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 14749250,
"amount": 12291042,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"isAccelerated": true,
"acceleratedRationale": "Light touch contract",
"features": "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."
},
"mainProcurementCategory": "services",
"specialRegime": [
"lightTouch"
],
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "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",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-12-15T12:00:00Z"
},
"awardPeriod": {
"endDate": "2026-02-27T23:59:59+00:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 14749250,
"amount": 12291042,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "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)",
"criteria": [
{
"type": "quality",
"name": "Quality",
"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)"
},
{
"type": "price",
"name": "Price",
"description": "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 also submits their price on the Grant Cost Register (Appendix 9). This will be scored on the value entered into cell M20, which is \"Total Indirect Costs (Maximum of 10% of Total Costs)\" on the \"Profit & Loss Summary Sheet\". This will be calculated by dividing each supplier's price (cell M20) by their quality score. PCP = Price / Quality Score The supplier with the lowest PCP wins -- they offer the best combination of price and quality."
}
]
},
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 10
},
"contractPeriod": {
"startDate": "2026-03-13T00:00:00+00:00",
"endDate": "2028-03-31T23:59:59+01:00",
"maxExtentDate": "2030-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "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."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest"
},
{
"id": "078590-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/078590-2025",
"datePublished": "2025-12-01T15:43:14Z",
"format": "text/html"
}
]
},
"language": "en"
}