Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Lot 6 - Procurement & Supply Chain

  • First published: 09 December 2025
  • Last modified: 09 December 2025
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-05f0ea
Published by:
London Borough of Southwark
Authority ID:
AA20792
Publication date:
09 December 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The London Borough of Southwark has awarded a contract for a comprehensive Procurement and Third Party Spend Review. The project aims to enhance procurement effectiveness, optimise external spend, and strengthen contract and supplier management practices in line with the Procurement Act 2023 and the Council’s Southwark 2030 vision.

The review covers all categories of third party spend, assessing supplier relationships, benchmarking procurement practices against best in class standards, and evaluating governance frameworks and the contract lifecycle. The Supplier will deliver data driven insights and actionable recommendations to inform a redesigned procurement and commissioning operating model.

Expected outcomes include:

• Full visibility and categorisation of third party spend through development of the contract register.

• Identification, validation and prioritisation of at least ten high impact cost saving opportunities.

• A baseline and benchmark of the procurement lifecycle, with proposals for a redesigned operating model aligned to the Council’s ERP replacement programme Southwark360.

• Benchmarking organisational capability and workforce capacity against the National Procurement Policy Statement.

• Strengthened contract management and provider performance to ensure value for money, improve accountability and reduce risk.

The Supplier will provide practical deliverables including inception and progress reports, stakeholder engagement summaries, spend analysis dashboards, business cases, toolkits and a final strategic report consolidating findings and recommendations.

The contract runs from 6 October 2025 to 6 March 2026 and has been awarded under Lot 6 of the CCS RM6187 Management Consultancy Framework.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

London Borough of Southwark

Southwark Council, 160 Tooley Street

London

SE1 2QH

UK

Contact person: Mr Daniel Fang

Telephone: +44 2075255000

E-mail: daniel.fang@southwark.gov.uk

NUTS: UKI44

Internet address(es)

Main address: http://www.southwark.gov.uk

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Lot 6 - Procurement & Supply Chain

Reference number: DN775795

II.1.2) Main CPV code

79400000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The London Borough of Southwark has awarded a contract for a comprehensive Procurement and Third Party Spend Review. The project aims to enhance procurement effectiveness, optimise external spend, and strengthen contract and supplier management practices in line with the Procurement Act 2023 and the Council’s Southwark 2030 vision.

The review covers all categories of third party spend, assessing supplier relationships, benchmarking procurement practices against best in class standards, and evaluating governance frameworks and the contract lifecycle. The Supplier will deliver data driven insights and actionable recommendations to inform a redesigned procurement and commissioning operating model.

Expected outcomes include:

• Full visibility and categorisation of third party spend through development of the contract register.

• Identification, validation and prioritisation of at least ten high impact cost saving opportunities.

• A baseline and benchmark of the procurement lifecycle, with proposals for a redesigned operating model aligned to the Council’s ERP replacement programme Southwark360.

• Benchmarking organisational capability and workforce capacity against the National Procurement Policy Statement.

• Strengthened contract management and provider performance to ensure value for money, improve accountability and reduce risk.

The Supplier will provide practical deliverables including inception and progress reports, stakeholder engagement summaries, spend analysis dashboards, business cases, toolkits and a final strategic report consolidating findings and recommendations.

The contract runs from 6 October 2025 to 6 March 2026 and has been awarded under Lot 6 of the CCS RM6187 Management Consultancy Framework.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 173 950.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

79412000

79418000

II.2.3) Place of performance

NUTS code:

UKI44

II.2.4) Description of the procurement

The London Borough of Southwark has awarded a contract for the provision of a comprehensive Procurement and Third-Party Spend Review under the Crown Commercial Service RM6187 Management Consultancy Framework 3, Lot 6.

The Council faces significant financial pressures and increasing service demands, and requires a structured, independent review to identify cost-saving opportunities, enhance spend visibility, and strengthen procurement and contract management. The successful supplier, PricewaterhouseCoopers LLP (PwC), will deliver an evidence-based review of procurement activity, supplier relationships, and third-party spend, producing actionable recommendations aligned with Southwark’s strategic objectives and the Procurement Act 2023.

The scope of services includes:

Conducting a comprehensive analysis of the Council’s third-party spend to establish full visibility and categorisation across all services.

Reviewing supplier relationships, contract efficiency, and off-contract spend to identify inefficiencies, risks, and opportunities.

Identifying, validating, and prioritising at least ten high-impact cost-saving opportunities, each supported by business cases, risk assessments, and implementation recommendations.

Benchmarking the Council’s procurement and commissioning operating model, governance structures, and processes against best practice and public sector standards, including alignment with the Southwark 360 ERP replacement programme.

Assessing procurement and contract management capability and workforce capacity in line with the National Procurement Policy Statement (NPPS).

Reviewing contract management practices, supplier performance, and provider accountability to strengthen value-for-money and reduce risk.

Delivering practical outputs such as spend dashboards, savings registers, governance assessments, toolkits, and a final strategic report to support sustainable improvement.

Key deliverables include:

An inception report and detailed project plan.

Spend analysis reports with interactive dashboards.

A prioritised set of savings opportunities with full business cases.

A redesigned procurement and commissioning operating model with governance and capability recommendations.

A contract and supplier management review with improvement actions.

A final consolidated report with benchmarking data, findings, and a phased implementation roadmap.

The contract is valued at £173,950.00 and will run from 06 October 2025 to 06 March 2026. This is a fixed-term arrangement with no option to extend. The supplier will be required to work closely with Council stakeholders, provide regular progress updates, and ensure knowledge transfer to support long-term improvements.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 50

Quality criterion: Social Value Committment / Weighting: 10

Price / Weighting:  40

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2025/S 000-000000

Section V: Award of contract

Lot No: 6

Contract No: DN775795

Title: Lot 6 - Procurement & Supply Chain

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

08/10/2025

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

PricewaterhouseCoopers LLP (PwC)

London

UK

NUTS: UKI32

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 173 950.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

The High Court of Justice (England and Wales)

London

UK

VI.5) Date of dispatch of this notice

08/12/2025

Coding

Commodity categories

ID Title Parent category
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79412000 Financial management consultancy services Business and management consultancy services
79418000 Procurement consultancy services Business and management consultancy services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
daniel.fang@southwark.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.