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
UKC2 - Northumberland and Tyne and Wear
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.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.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £2,886,110.41
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKC2 - Northumberland and Tyne and Wear
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 has conducted 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.
two.2.5) Award criteria
Quality criterion - Name: Approach and Methodology / Weighting: 25
Quality criterion - Name: Communication / Weighting: 10
Quality criterion - Name: Application of Experience and Capabilities / Weighting: 15
Quality criterion - Name: Risk and Reward Methodology / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
3 x 12 months option to extend
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 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 000-017205
Section five. Award of contract
Title
NCC830B BEST Transformation Delivery Partner
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 October 2023
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Deloitte LLP
1 New Street Square
London
EC4A 3HQ
Country
United Kingdom
NUTS code
- UKC2 - Northumberland and Tyne and Wear
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £2,886,110.41
Section six. Complementary information
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
Country
United Kingdom