Published date: 8 November 2024

Last edited date: 16 December 2024

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 9 January 2025, 3pm

Contract summary

Industry

  • Mergers and acquisition services - 66121000

  • Financial consultancy services - 66171000

  • Feasibility study, advisory service, analysis - 71241000

    • IT services: consulting, software development, Internet and support - 72000000

    • Research and development services and related consultancy services - 73000000

    • Economic impact assessment - 79311410

    • Business and management consultancy and related services - 79400000

Location of contract

United Kingdom

Value of contract

£1,700,000,000

Procurement reference

RM6309

Published date

8 November 2024

Closing date

9 January 2025

Closing time

3pm

Contract start date

22 July 2025

Contract end date

21 July 2027

Contract type

Service contract

Procedure type

Open procedure (above threshold)

Any interested supplier may submit a tender in response to an opportunity notice.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

Yes


Description

Crown Commercial Service (CCS), hereby known as the Authority, is seeking to establish a multi-supplier Framework Contract for the supply of management consultancy including restructuring and insolvency services.

Management Consultancy Framework Four (MCF4) (RM6309) will be available for use by organisations, and their successors, listed in the authorised customer list cited at VI.3 (Additional Information) of this Notice.

Services will be delivered primarily within the United Kingdom, with some limited requirements overseas.

MCF4 will replace Management Consultancy Framework Three (RM6187) and Restructuring and Insolvency Services (RM6269).

MCF4 will have 10 lots -


Lot 1 - Business
Lot 2 - Strategy and policy
Lot 3 - Complex and transformation
Lot 4 - Finance
Lot 5 - HR
Lot 6 - Procurement and supply chain
Lot 7 - Health, social care and community
Lot 8 - Infrastructure
Lot 9 - Environment and sustainability
Lot 10 - Restructuring and insolvency


MCF4 is not a contingent labour framework agreement.


More information

Previous notice about this procurement

Management Consultancy Framework Four (MCF4)

  • Future opportunity
  • Published 31 August 2023

Attachments

Links

Additional text

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business.

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 - About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer's specific needs.

CCS reserve the right to award a framework to any bidder whose final score is within 3% of the last position.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.


About the buyer

Contact name

The Minister for the Cabinet Office acting through Crown Commercial Service

Address

9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
England

Telephone

+44 3454102222

Email

supplier@crowncommercial.gov.uk

Website

https://www.gov.uk/ccs