Tender

One Council Operating Model Transformation

DERBYSHIRE COUNTY COUNCIL

This public procurement record has 1 release in its history.

Tender

18 Dec 2025 at 12:03

Summary of the contracting process

Derbyshire County Council is seeking a strategic partner for the "One Council Operating Model Transformation" project. This tender is part of the services category, focused on business and management consultancy. The transformation aims to revamp the Council's Operating Model for enhanced efficiency and effectiveness. Situated in Matlock, the project location is within the East Midlands region. The procurement process is at the 'Tender' stage, with significant deadlines including the expression of interest deadline on 19th January 2026 and the award period concluding on 23rd March 2026. The multi-stage procurement method includes a competitive flexible procedure, adhering to the UK's legislative framework, with an estimated contract value of £5 million, potentially reaching up to £6 million including VAT. This initiative is designed to address financial, organisational, and service delivery challenges ahead of a scheduled local government reorganisation in 2028.

This tender offers substantial opportunities for businesses, particularly those specializing in management consultancy, organisational design, and efficiency improvement solutions. Companies with experience in complex transformation programmes, capable of working collaboratively and handling substantial contract values, will find this a fitting opportunity. Small and medium-sized enterprises are encouraged to compete, given the tender includes suitability considerations for SMEs. Businesses proficient in digital transformation, process automation, and procurement strategy optimisation are well-positioned to contribute to and benefit from this comprehensive transformation effort. The initiative aims not only for financial savings but also for an improved customer experience and streamlined internal processes, setting a robust precedent for future local government frameworks.

How relevant is this notice?

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
}