Expand raw payload
{
"buyer": {
"id": "GB-PPON-PBXV-5726-VWGJ",
"name": "Cambridgeshire \u0026 Peterborough Combined Authority"
},
"date": "2025-12-01T15:43:14Z",
"id": "078590-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-05ec2f",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Huntingdon",
"postalCode": "PE29 3TN",
"region": "UKH12",
"streetAddress": "Cambridgeshire \u0026 Peterborough Combined Authority, 2nd floor, Pathfinder House, St Mary\u0027s Street"
},
"contactPoint": {
"email": "procurement@cambridgeshirepeterborough-ca.gov.uk",
"name": "CPCA Procurement",
"telephone": "+44 1480277180"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://cambridgeshirepeterborough-ca.gov.uk/"
},
"id": "GB-PPON-PBXV-5726-VWGJ",
"identifier": {
"id": "PBXV-5726-VWGJ",
"scheme": "GB-PPON"
},
"name": "Cambridgeshire \u0026 Peterborough Combined Authority",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-02-27T23:59:59+00:00"
},
"coveredBy": [
"GPA"
],
"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.\nConnect 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\nIt will:\n\u2022\tConnect local work, health, and skills support using a \u201cplace, train, maintain\u201d model.\n\u2022\tTarget \u201chidden unemployment\u201d and disadvantaged groups.\n\u2022\tDeliver IPS (Individual Placement and Support) and SEQF (Supported Employment Quality Framework) interventions with high fidelity to national models.\n\u2022\tEnsure equitable access through a zero-exclusions approach.\n\u2022\tSupport at least 3,738 residents between 2025 and 2030.\nThe Authority, as Lead Authority and Accountable Body for Cambridgeshire \u0026 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\nThe 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.\nThe successful Supplier will be responsible for:\n\u2022\tBuilding and managing a specialist, local supply chain of delivery partners.\n\u2022\tEnsuring access to, and engagement with, the targeted Connect to Work participants.\n\u2022\tOverall 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.\nThe 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.\nStage 1 \u2013 Shortlisting Suppliers\nStage 1 identifies Suppliers capable of meeting the Authority\u2019s requirements.\n\u2022\t4 pass/fail questions \u2013 Suppliers failing any pass/fail question will be excluded.\n\u2022\t3 weighted backward-looking questions \u2013 These assess relevant experience and are scored against the published marking scheme.\nSuppliers 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.\nThe shortlisting methodology will be applied consistently to all Suppliers and will not be altered once the evaluation process has commenced.\nStage 2 \u2013 Invitation to Tender (ITT)\nOnly Suppliers shortlisted from Stage 1 will be invited to Stage 2, which includes\n1.\tConditions of Participation (Exclusion Checks)\n2.\tTender Submission and Evaluation",
"documents": [
{
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2025-12-01T15:43:14Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "078590-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/078590-2025"
}
],
"id": "DN799123",
"items": [
{
"additionalClassifications": [
{
"description": "Education and training services",
"id": "80000000",
"scheme": "CPV"
},
{
"description": "Job search services",
"id": "79611000",
"scheme": "CPV"
},
{
"description": "Career guidance services",
"id": "79634000",
"scheme": "CPV"
},
{
"description": "Training programme services",
"id": "80521000",
"scheme": "CPV"
},
{
"description": "Personal development training services",
"id": "80570000",
"scheme": "CPV"
},
{
"description": "Recruitment services",
"id": "79600000",
"scheme": "CPV"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "Stage 2 - Tender Stage Evaluation\nAt Tender Stage, the Authority is applying a principle of seeking the Most Advantageous Tender by evaluating the tender submissions as follows respectively:\n\u2022\tQuality \u2013 100%\n\u2022\tPricing \u2013 Pricing Evaluation Methodology\u202f- Price per Quality Point (PCP)",
"name": "Quality",
"type": "quality"
},
{
"description": "PCP (Price per Quality Point)\nThe 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).\nEach 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 \u201cTotal Indirect Costs (Maximum of 10% of Total Costs)\u201d on the \u201cProfit \u0026 Loss Summary Sheet\u201d.\nThis will be calculated by dividing each supplier\u2019s price (cell M20) by their quality score. PCP = Price / Quality Score\nThe supplier with the lowest PCP wins \u2014 they offer the best combination of price and quality.",
"name": "Price",
"type": "price"
}
],
"weightingDescription": "Stage 2 - Tender Stage Evaluation\nAt Tender Stage, the Authority is applying a principle of seeking the Most Advantageous Tender by evaluating the tender submissions as follows respectively:\nQuality \u2013 100%\nPricing \u2013 Pricing Evaluation Methodology\u202f- Price per Quality Point (PCP)"
},
"contractPeriod": {
"endDate": "2028-03-31T23:59:59+01:00",
"maxExtentDate": "2030-03-31T23:59:59+01:00",
"startDate": "2026-03-13T00:00:00+00:00"
},
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "Contract durations\n25 months initially, with option to extend by 24 months.\nThe Authority may, by giving the Supplier not less than three months\u0027 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."
},
"secondStage": {
"maximumCandidates": 10,
"minimumCandidates": 3
},
"status": "active",
"value": {
"amount": 12291042,
"amountGross": 14749250,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"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.\nStage 1 \u2013 Shortlisting Suppliers\nStage 1 identifies Suppliers capable of meeting the Authority\u2019s requirements. It includes:\n\u2022\t4 pass/fail questions \u2013 Suppliers failing any pass/fail question will be excluded.\n\u2022\t3 weighted backward-looking questions \u2013 These assess relevant experience and are scored against the published marking scheme.\nSuppliers 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.\nThe shortlisting methodology will be applied consistently to all Suppliers and will not be altered once the evaluation process has commenced.\nStage 2 \u2013 Invitation to Tender (ITT)\nOnly Suppliers shortlisted from Stage 1 will be invited to Stage 2, which includes:\n1.\tConditions of Participation (Exclusion Checks)\no\tEach Supplier must complete the Procurement Specific Questionnaire (PSQ) and meet the Authority\u2019s conditions of participation before tender evaluation.\no\tThe PSQ will determine whether mandatory or discretionary exclusion grounds apply and confirm ongoing compliance.\no\tSuppliers failing the PSQ or conditions of participation will be excluded, and their tender will not be evaluated.\n2.\tTender Submission and Evaluation\no\tSuppliers passing the PSQ will have their Stage 2 submissions evaluated on quality and price, according to the ITT evaluation criteria and weightings.\no\tThe contract will be awarded to the Supplier achieving the highest overall evaluation score.\no\tTie-breaks: If scores are tied, the contract will be awarded based on combined scores for\nQuality Questions 1 and 3. If still tied, preference will be given to delivery planned in Fenland and Peterborough, reflecting strategic priorities.\n.\nThe 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.",
"isAccelerated": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"specialRegime": [
"lightTouch"
],
"status": "active",
"submissionMethodDetails": "Interested parties are invited to download and engage with the opportunity by;\n(a) Going to: https://procontract.due-north.com/Opportunities\n(b) Select Cambridgeshire \u0026 Peterborough Combined Authority from the organization list\n(c) Searching for opportunity: Connect to Work Programme; Ref: DN799123\n(d) Express an interest\n(e) Access and download the Tender documents from the website and respond in accordance with the contained instructions.\nAlternatively, you can access the direct link to the opportunity here:\nhttps://procontract.due-north.com/Advert?advertId=41b64870-a7ce-f011-813a-005056b64545",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-12-15T12:00:00Z"
},
"title": "Connect to Work Programme",
"value": {
"amount": 12291042,
"amountGross": 14749250,
"currency": "GBP"
}
}
}