Tender

One Council Operating Model Transformation

  • Derbyshire County Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-084293

Procurement identifier (OCID): ocds-h6vhtk-05f8e7

Published 18 December 2025, 12:03pm



Scope

Reference

CST273

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.

Total value (estimated)

  • £5,000,000 excluding VAT
  • £6,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 1 April 2028
  • 2 years, 1 day

Main procurement category

Services

CPV classifications

  • 79400000 - Business and management consultancy and related services

Contract locations

  • UKF1 - Derbyshire and Nottinghamshire

Participation

Legal and financial capacity conditions of participation

Insurance Levels:

a. Employer's (Compulsory) Liability Insurance £5 Million

b. Public Liability Insurance £5 Million

c. Professional Indemnity Insurance £5 Million

d. Cyber Liability Insurance £2 Million

Technical ability conditions of participation

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

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Submission type

Requests to participate

Deadline for requests to participate

19 January 2026, 3:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

Maximum 5 suppliers

Selection criteria:

Stage 2 - a maximum number of 5 suppliers will be invited. These will be the 5 highest scoring suppliers from Stage 1.

Award decision date (estimated)

23 March 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Quality Response Quality 60%
Price Schedule Cost 40%

Other information

Description of risks to contract performance

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.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

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.


Contracting authority

Derbyshire County Council

  • Public Procurement Organisation Number: PWZQ-2162-JJQL

County Hall

Matlock

DE4 3AG

United Kingdom

Region: UKF13 - South and West Derbyshire

Organisation type: Public authority - sub-central government