← Back to opportunities

One Council Operating Model Transformation

Derbyshire County Council

Buyer Contact Info

Buyer Name: Derbyshire County Council

Buyer Address: County Hall, Matlock, UKF13, DE4 3AG, United Kingdom

Contact Email: Countyprocurementcompliance.team@derbyshire.gov.uk

Status
active
Procedure
selective
Value
5000000.0 GBP
Gross: 6000000 GBP
Published
18 Dec 2025, 12:03
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
79400000 - Business and management consultancy and related services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

Derbyshire County Council is seeking to enter into a strategic partnership with an external organisation to undertake the Design and Implementation of the Council's Operating Model Transformation Programme, to deliver a more efficient and effective Operating Model for the Council. Building on this diagnostic work, the Council has developed an Operating Model Transformation Programme, focussed on five strategic areas: • One Council - Creating a cohesive and efficient support function across the organisation. • Organisation Design - Restructuring to align with service purpose and improve spans and layers. • Customer Experience - Simplifying and digitising high-volume processes to ensure consistency, improve experience and efficiency. • Children's Services - Developing a strategic commissioning approach and implementing automation to reduce costs and reliance on agency staff. • Third-Party Spend and Procurement - Reducing external spend through robust analysis and targeted savings initiatives. Ensuring all workstreams align to a single, coherent Target Operating Model (TOM) framework to prevent siloed designs and ensure integration across the Council. The Council is estimating that the programme is expected to deliver financial benefits of approximately £42.7 million, excluding savings already being realised through existing projects. However, the scale and complexity of change exceed the Council's internal delivery capability and capacity. To ensure successful implementation, the Council intends to procure a Design and Implementation Partner to Design an implementation-ready package and then move to full Implementation at pace and scale. The Provider will be expected to work collaboratively with internal teams, transferring knowledge and building capability throughout the lifecycle, with clearly defined deliverables for knowledge transfer. This transformation is critical to position the Council for future challenges, including Local Government Reorganisation scheduled for April 2028, and to improve resident satisfaction, which currently falls below national benchmarks for value for money and overall performance. The Provider must incorporate Local Government Reorganisation dependencies, assumptions, and design considerations into all deliverables.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://procontract.due-north.com/Advert?advertId=bbc8a7b9-07dc-f011-813c-005056b64545

External Link: https://www.find-tender.service.gov.uk/Notice/084293-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 5,000,000

Lot 1 Value (Gross): GBP 6,000,000

Lot 1 Contract Start: 2026-04-01T00:00:00+01:00

Lot 1 Contract End: 2028-04-01T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (cost): Price Schedule (40%)

Lot 1 Award Criterion (quality): Quality Response (60%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PWZQ-2162-JJQL",
    "name": "Derbyshire County Council"
  },
  "date": "2025-12-18T12:03:11Z",
  "id": "084293-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-05f8e7",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Matlock",
        "postalCode": "DE4 3AG",
        "region": "UKF13",
        "streetAddress": "County Hall"
      },
      "contactPoint": {
        "email": "Countyprocurementcompliance.team@derbyshire.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PWZQ-2162-JJQL",
      "identifier": {
        "id": "PWZQ-2162-JJQL",
        "scheme": "GB-PPON"
      },
      "name": "Derbyshire County Council",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-03-23T23:59:59Z"
    },
    "description": "Derbyshire County Council is seeking to enter into a strategic partnership with an external organisation to undertake the Design and Implementation of the Council\u0027s Operating Model Transformation Programme, to deliver a more efficient and effective Operating Model for the Council. \nBuilding on this diagnostic work, the Council has developed an Operating Model Transformation Programme, focussed on five strategic areas:\n\u2022\tOne Council - Creating a cohesive and efficient support function across the organisation.\n\u2022\tOrganisation Design - Restructuring to align with service purpose and improve spans and layers.\n\u2022\tCustomer Experience - Simplifying and digitising high-volume processes to ensure consistency, improve experience and efficiency.\n\u2022\tChildren\u0027s Services - Developing a strategic commissioning approach and implementing automation to reduce costs and reliance on agency staff.\n\u2022\tThird-Party Spend and Procurement - Reducing external spend through robust analysis and targeted savings initiatives.\nEnsuring all workstreams align to a single, coherent Target Operating Model (TOM) framework to prevent siloed designs and ensure integration across the Council.\nThe Council is estimating that the programme is expected to deliver financial benefits of approximately \u00a342.7 million, excluding savings already being realised through existing projects. However, the scale and complexity of change exceed the Council\u0027s internal delivery capability and capacity. To ensure successful implementation, the Council intends to procure a Design and Implementation Partner to Design an implementation-ready package and then move to full Implementation at pace and scale.\nThe Provider will be expected to work collaboratively with internal teams, transferring knowledge and building capability throughout the lifecycle, with clearly defined deliverables for knowledge transfer.\nThis transformation is critical to position the Council for future challenges, including Local Government Reorganisation scheduled for April 2028, and to improve resident satisfaction, which currently falls below national benchmarks for value for money and overall performance. The Provider must incorporate Local Government Reorganisation dependencies, assumptions, and design considerations into all deliverables.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "documentType": "biddingDocuments",
        "id": "L-1",
        "url": "https://procontract.due-north.com/Advert?advertId=bbc8a7b9-07dc-f011-813c-005056b64545"
      },
      {
        "datePublished": "2025-12-18T12:03:11Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "084293-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/084293-2025"
      }
    ],
    "expressionOfInterestDeadline": "2026-01-19T15:00:00Z",
    "id": "CST273",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Business and management consultancy and related services",
            "id": "79400000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKF1"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "Price Schedule",
              "numbers": [
                {
                  "number": 40,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            },
            {
              "name": "Quality Response",
              "numbers": [
                {
                  "number": 60,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2028-04-01T23:59:59+01:00",
          "startDate": "2026-04-01T00:00:00+01:00"
        },
        "id": "1",
        "secondStage": {
          "maximumCandidates": 5
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Insurance Levels:\na.\tEmployer\u0027s (Compulsory) Liability Insurance \u00a35 Million \nb.\tPublic Liability Insurance \u00a35 Million\nc.\tProfessional Indemnity Insurance \u00a35 Million\nd.\tCyber Liability Insurance \u00a32 Million",
              "type": "economic"
            },
            {
              "description": "Information Security Standards\nOrganisational Technical Capability and Relevant Experience\nBenefits Realisation\nData, Analytics \u0026 Interoperability\nProcess mining, automation \u0026 tooling readiness\nProgramme Governance, Assurance \u0026 Knowledge Transfer\nExpert Skills and Continuous Knowledge\nCapacity and Resourcing",
              "type": "technical"
            },
            {
              "description": "Stage 2 - a maximum number of 5 suppliers will be invited. These will be the 5 highest scoring suppliers from Stage 1.",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "value": {
          "amount": 5000000,
          "amountGross": 6000000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procedure": {
      "features": "This procurement will be a multi stage process.\nStage 1 will require suppliers to submit a Conditions of Participation document containing pass/fail and scored quality questions.\nSuppliers will be down selected after Stage 1 based on their quality score. The top 5 scoring suppliers will be selected to take part in Stage 2.\nStage 2 requires the 5 suppliers to complete a full tender response including pricing.\nThe Council reserves the right to include a Stage 3 Dialogue with best and final offer submitted with all 5 suppliers. \nThe Council also reserves the right to hold a Stage 4 presentation with the overall successful supplier.\nThe Council reserves the right if Stage 3 is not required to move directly to Stage 4."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "riskDetails": "Local Government Reorganisation (LGR) dependencies (to April 2028): Adjustments to scope/sequence where TOM designs or implementation plans must realign to LGR milestones, structures or governance.\t\nTechnology dependencies and approvals: Outputs that require Digital/PMO gating, integration with existing platforms (e.g., M365/SharePoint, SAP), or additional security/architectural assurance may necessitate rescheduling and/or alternative delivery options.\nLegislative and policy changes impacting procurement/commercial practice or service delivery (e.g., Procurement Act 2023 operationalisation, updates to data protection expectations/guidance).\nBudget profiling/MTFS movements: Reprofiling of benefits, milestones or deliverables to keep savings delivery aligned to the MTFS and financial years.\nInformation governance refinements: Updates to data sharing, retention, and security controls that alter processing instructions, locations, or tools.\nSupplyside constraints: Confirmed changes in resource availability (Council or Provider) that materially impact the critical path.",
    "status": "active",
    "submissionMethodDetails": "www.eastmidstenders.org",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "title": "One Council Operating Model Transformation",
    "value": {
      "amount": 5000000,
      "amountGross": 6000000,
      "currency": "GBP"
    }
  }
}