Notice Information
Notice Title
One Council Operating Model Transformation
Notice 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 PS42.7 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05f8e7
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/084293-2025
- 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
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79400000 - Business and management consultancy and related services
Notice Value(s)
- Tender Value
- £5,000,000 £1M-£10M
- Lots Value
- £5,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 Dec 20251 weeks ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2026 - 1 Apr 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
- DERBYSHIRE COUNTY COUNCIL
- Contact Name
- Not specified
- Contact Email
- countyprocurementcompliance.team@derbyshire.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- MATLOCK
- Postcode
- DE4 3AG
- Post Town
- Derby
- Country
- England
-
- Major Region (ITL 1)
- TLF East Midlands (England)
- Basic Region (ITL 2)
- TLF1 Derbyshire and Nottinghamshire
- Small Region (ITL 3)
- TLF13 South and West Derbyshire
- Delivery Location
- TLF1 Derbyshire and Nottinghamshire
-
- Local Authority
- Derbyshire Dales
- Electoral Ward
- Matlock West
- Westminster Constituency
- Derbyshire Dales
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/084293-2025
18th 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-05f8e7-2025-12-18T12:03:11Z",
"date": "2025-12-18T12:03:11Z",
"ocid": "ocds-h6vhtk-05f8e7",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PWZQ-2162-JJQL",
"name": "Derbyshire County Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PWZQ-2162-JJQL"
},
"address": {
"streetAddress": "County Hall",
"locality": "Matlock",
"postalCode": "DE4 3AG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF13"
},
"contactPoint": {
"email": "Countyprocurementcompliance.team@derbyshire.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PWZQ-2162-JJQL",
"name": "Derbyshire County Council"
},
"tender": {
"id": "CST273",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "One Council Operating Model Transformation",
"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 PS42.7 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.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
}
],
"deliveryAddresses": [
{
"region": "UKF1",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 6000000,
"amount": 5000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This procurement will be a multi stage process. Stage 1 will require suppliers to submit a Conditions of Participation document containing pass/fail and scored quality questions. Suppliers 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. Stage 2 requires the 5 suppliers to complete a full tender response including pricing. The Council reserves the right to include a Stage 3 Dialogue with best and final offer submitted with all 5 suppliers. The Council also reserves the right to hold a Stage 4 presentation with the overall successful supplier. The Council reserves the right if Stage 3 is not required to move directly to Stage 4."
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"submissionMethodDetails": "www.eastmidstenders.org",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2026-01-19T15:00:00Z",
"awardPeriod": {
"endDate": "2026-03-23T23:59:59Z"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 6000000,
"amount": 5000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "cost",
"name": "Price Schedule",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality Response",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Insurance Levels: a. Employer's (Compulsory) Liability Insurance PS5 Million b. Public Liability Insurance PS5 Million c. Professional Indemnity Insurance PS5 Million d. Cyber Liability Insurance PS2 Million"
},
{
"type": "technical",
"description": "Information Security Standards Organisational Technical Capability and Relevant Experience Benefits Realisation Data, Analytics & Interoperability Process mining, automation & tooling readiness Programme Governance, Assurance & Knowledge Transfer Expert Skills and Continuous Knowledge Capacity and Resourcing"
},
{
"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
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2028-04-01T23:59:59+01:00"
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "L-1",
"documentType": "biddingDocuments",
"url": "https://procontract.due-north.com/Advert?advertId=bbc8a7b9-07dc-f011-813c-005056b64545"
},
{
"id": "084293-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/084293-2025",
"datePublished": "2025-12-18T12:03:11Z",
"format": "text/html"
}
],
"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. Technology 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. Legislative and policy changes impacting procurement/commercial practice or service delivery (e.g., Procurement Act 2023 operationalisation, updates to data protection expectations/guidance). Budget profiling/MTFS movements: Reprofiling of benefits, milestones or deliverables to keep savings delivery aligned to the MTFS and financial years. Information governance refinements: Updates to data sharing, retention, and security controls that alter processing instructions, locations, or tools. Supplyside constraints: Confirmed changes in resource availability (Council or Provider) that materially impact the critical path."
},
"language": "en"
}