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 Notice

NCC830B BEST Transformation Delivery Partner

  • First published: 17 June 2023
  • Last modified: 17 June 2023

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-03c34c
Published by:
Northumberland County Council
Authority ID:
AA20489
Publication date:
17 June 2023
Deadline date:
17 July 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Northumberland County Council

County Hall

Morpeth

NE61 2EF

UK

Contact person: Ms Lauren Morgan

Telephone: +44 1670622550

E-mail: lauren.morgan@northumberland.gov.uk

NUTS: UKC21

Internet address(es)

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

Address of the buyer profile: http://www.northumberland.gov.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/


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

NCC830B BEST Transformation Delivery Partner

Reference number: DN668978

II.1.2) Main CPV code

79400000

 

II.1.3) Type of contract

Services

II.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

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKC21

II.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

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: No

II.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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

3 x 12 months optional extensions available

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.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 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:

2023/S 000-011552

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 17/07/2023

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 31/07/2023

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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 VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

E-mail: Adam.Smith01@northumberland.gov.uk

VI.5) Date of dispatch of this notice

16/06/2023

Coding

Commodity categories

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

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:
lauren.morgan@northumberland.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.