Tender

Financial Services Framework

  • Manchester City Council

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

Notice identifier: 2026/S 000-015121

Procurement identifier (OCID): ocds-h6vhtk-0657da

Published 19 February 2026, 10:54am



Scope

Reference

P-0832

Description

This is a framework for the provision of financial services to include the following: Lot 1 - Financial Advice and Support, Lot 2 - Tax Advice, Lot 3 - Audit Services. The framework period will be for 3 years with the option to extend for an additional year. Suppliers that meet the conditions of participation and the minimum score threshold will be awarded this framework agreement to a maximum of 8 companies per Lot.

The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity

Commercial tool

Establishes a framework

Total value (estimated)

  • £2,800,000 excluding VAT
  • £3,360,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 31 July 2026 to 30 July 2029
  • Possible extension to 30 July 2030
  • 4 years

Description of possible extension:

As per section 47 of the Procurement Act 2023, the maximum term for a standard framework will be 4 years. Any extension will be reviewed for the framework period and will be dependent on the supplier(s) ability to maintain tendered offer.

Main procurement category

Services

Contract locations

  • UKD33 - Manchester

Not the same for all lots

CPV classifications are shown in Lot sections, because they are not the same for all lots.


Lot 1. Financial Advice and Support

Description

This will include the following areas:

Business planning for both public and private sector organisations, including the Council.

Advice on the development and review of business cases.

Financial modelling, including cost benefit analysis

External funding issues, including grants and sponsorship.

Best Value.

Financial implications of pensions and guarantees

Reactive and specific financial advice and support

Business valuation and evaluation.

Due diligence.

Financial and Funding Advisory Services

Lot value (estimated)

  • £2,000,000 excluding VAT
  • £2,400,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 66000000 - Financial and insurance services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Tax Advisory Services

Description

This will include the following areas:

Taxation - Including VAT, Corporation and other taxation issues.

Lot value (estimated)

  • £400,000 excluding VAT
  • £480,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 66000000 - Financial and insurance services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Audit Services

Description

External Audit Services

This will include the following areas:

Services to companies, charities, trusts and other organisations associated with the Council. (This service specifically excludes services to the Council itself)

Internal Audit Services

Provision of audit assignments, reviews and consultancy in a range of areas that could include:

Procurement, Contracting, and Commissioning

Education and schools

Financial systems

Governance

Counter Fraud and Investigation

Information and Communications Technology

Risk and Assurance Management

Lot value (estimated)

  • £400,000 excluding VAT
  • £480,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 66000000 - Financial and insurance services
  • 79212000 - Auditing services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

24

Maximum percentage fee charged to suppliers

0%

Framework operation description

This framework will allow Manchester City Council to call off contracts either by a competitive selection process or Direct Award without competition.

Competitive Selection (mini competition).

When the framework agreement does not include all the terms governing the provision of the services concerned, the contracting authority must organise a further competition between the providers which are party to the framework agreement.

It is intended that further competitions will be used when:

There is sufficient time to run a competitive procedure that it would not be prejudicial to the council's interests.

Where further competition is the chosen route, all providers awarded under the framework will be invited to participate, unless it is clear that particular firms cannot meet the specific needs.

The call-off procurement document will describe the requirement and tell bidders the basis on which evaluation the offers will be made (e.g., price, quality, social value and environment, together with an indication of the relative importance of these criteria). The Evaluation Criteria Price, Quality, 20% Social Value and 10% Environment will remain unchanged in evaluating further competition. The weightings for Price and Quality criteria may differ to the original tender.

Criteria used for a further competition may differ from the award criteria used to set up the framework if they are related to (i.e. derive from) the original award criteria.

Bidders will be allowed sufficient time to prepare and submit their quotations.

All documentation issued for further competition must refer to Manchester's Framework P-0832 in the invite to tender documents*.

Call-off contracts may be awarded following a competitive selection process after the expiration of the framework, provided the competitive selection process started prior to this.

Direct award without competition.

If the framework agreement sets out all the terms governing the provision of the, services concerned and all the objective conditions that are required to make a decision for award of the specific contract, then awarding the contract without re-opening competition amongst the parties to the framework agreement may be used. In this instance, the choice of provider must be based on the objective criteria laid out in the procurement documentation.

It is intended that direct awards will be available when:

The time needed to run a further competition exercise would be prejudicial to the Council's interests.

Where direct award is the chosen route, the highest-ranking organisation from this tender exercise will be asked to confirm their availability to fulfil the councils Financial Services requirement. If there are Financial Services requirements that are not fulfilled by the highest-ranking organisation, the same process will be carried out with the next highest-ranking organisation. (This will continue until the council's requirements are met).

It is in the council's view that TUPE may be applicable to these call-off contracts

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

This Framework is open to and may be used by other Association of Greater Manchester Authorities (AGMA) and its associate members, and Manchester Partners. This includes the following Councils: Bolton, Stockport, Tameside, Oldham, Trafford, Rochdale, Bury, Salford, Wigan, Blackburn with Darwen BC, Blackpool, Cheshire East, Warrington, Greater Manchester Fire and Rescue Authority, Greater Manchester Police Authority, Greater Manchester Waste Disposal Authority, Manchester Central Convention Complex, Commission for New Economy, Greater Manchester Passenger Transport Executive (TfGM), Transport for Greater Manchester, Greater Manchester Combined Authority, and the Integrated Transport Authority.

Contracting authority location restrictions

  • UKD - North West (England)

Participation

Legal and financial capacity conditions of participation

Lot 1. Financial Advice and Support

Lot 2. Tax Advisory Services

Lot 3. Audit Services

See tender documents.

Technical ability conditions of participation

Lot 1. Financial Advice and Support

Lot 2. Tax Advisory Services

Lot 3. Audit Services

See tender documents.

Particular suitability

Lot 1. Financial Advice and Support

Lot 2. Tax Advisory Services

Lot 3. Audit Services

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

9 March 2026, 11:59pm

Tender submission deadline

16 March 2026, 11:00am

Submission address and any special instructions

The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity. Applicants will need to electronically submit their completed tender documents, including procurement specific questionnaire, via the on-line portal by 11am on Monday, 16th March 2026 as referred to in the tender documentation. Any clarification queries must also be submitted via the Chest website by the date referred to in the tender documentation.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

1 July 2026

Recurring procurement

Publication date of next tender notice (estimated): 1 February 2030


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Quality Quality 45%
Price Price 25%
Social Value Quality 20%
Zero Carbon & Environment Quality 10%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Documents

Associated tender documents

http://www.the-chest.org.uk

The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity. Applicants will need to electronically submit their completed tender documents, including procurement specific questionnaire, via the on-line portal by 11am on Monday, 16th March 2026 as referred to in the tender documentation. Any clarification queries must also be submitted via the Chest website by the date referred to in the tender documentation.

https://procontract.due-north.com/Advert?advertId=5ca98425-050d-f111-813c-005056b64545&fromProjectDashboard=True

Link to advert.


Contracting authority

Manchester City Council

  • Public Procurement Organisation Number: PLNV-8798-LDMP

Town Hall Extension

Manchester

M60 2LA

United Kingdom

Region: UKD33 - Manchester

Organisation type: Public authority - sub-central government