Section one: Contracting authority
one.1) Name and addresses
Northumberland County Council
County Hall
Morpeth
NE61 2EF
Contact
Ms Lauren Morgan
lauren.morgan@northumberland.gov.uk
Telephone
+44 1670622550
Country
United Kingdom
Region code
UKC21 - Northumberland
Internet address(es)
Main address
http://www.northumberland.gov.uk
Buyer's address
http://www.northumberland.gov.uk
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NCC830B BEST Transformation Delivery Partner
Reference number
DN668978
two.1.2) Main CPV code
- 79400000 - Business and management consultancy and related services
two.1.3) Type of contract
Services
two.1.4) Short description
Northumberland County Council (the Council) is experiencing increasing pressure and challenge going forward in terms of a changed demand and expectations following Covid and the ever-increasing financial pressures and predicted funding gaps. The Council is preparing to procure a Delivery Partner that will support the Council’s three year transformation journey (BEST) to make the Council more modern, efficient, and fit for purpose whilst delivering sustainable financial savings.
BEST is not about cutting services, but about transforming the way services are delivered and how the Council operates to achieve the best outcomes for our customers, staff and residents. In summary, the key aims are:
Improved customer experience
Enhanced experience for staff
Improved efficiency and effectiveness following a Best Value approach
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKC21 - Northumberland
two.2.4) Description of the procurement
BEST comprises 7 workstreams to Improve value for money, ensure effective delivery of customer and resident needs, and to improve organisational effectiveness:
Best Service to Customers
Best Use of Resources
Best Use of Technology
Best Value for Money
Best Use of Assets
Best Talent and Opportunity
Best In Class Commissioning
The Council intends to conduct a Restricted Procurement Procedure.
Scope of Services
To realise the vision and achieve the pace of change the Council recognises it needs support from an experienced Delivery Partner to support 5 of the above workstreams together with programme management support.
Specific projects for delivery which require specialist partner expertise, including:
(i) Workforce Blueprint (Job Families Model), Design and Implementation of Business Centres of Excellence, Transactions Hub, Corporate Business Support Functions
(ii) Research, design and implement and alternative business support/admin operating model, creating centre of excellence, considering automation of processes and integrating of functions
(iii) Category Management, Commissioning Framework, Networked Model of Commissioning and Communities First Modelling
(iv) Customer Insight and Digitial Customer Services, automating end to end processes and paperless
(v) Streamline Technical Architecture, Information Architecture and Support in the review of IT / Digital team service structures including job descriptions.
The initial budget is circa £3million for the core deliverables as detailed in Schedule 2 ITT Specification however the successful Partner is expected to share via risk and reward for additonal benefits realised subject to the agreement of the Partner and Council.
Cashable savings over the next 3 years are estimated to be circa Low £17.5m High £38.2m as detailed in the Strategic Business Case. However, the Council considers that with the support and expertise of a suitably experienced Delivery Partner, additional savings opportunities will be achievable, for which the Delivery Partner will be ‘rewarded’ for additional benefits realisation.
Additional information available in ITT documentation
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
As detailed in the selection questionnaire
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
3 x 12 months optional extensions available
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As detailed in the procurement documentation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-011552
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 July 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
31 July 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
Adam.Smith01@northumberland.gov.uk
Country
United Kingdom