- Scope of the procurement
- 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. Environmental sustainability and socio-economic development
- Lot 10. Restructuring and insolvency services
Section one: Contracting authority
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 345410222
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://crowncommercialservice.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Management Consultancy Framework Four (MCF4)
Reference number
RM6309
two.1.2) Main CPV code
- 79400000 - Business and management consultancy and related services
two.1.3) Type of contract
Services
two.1.4) Short 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.
two.1.5) Estimated total value
Value excluding VAT: £1,700,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Business
Lot No
1
two.2.2) Additional CPV code(s)
- 66121000 - Mergers and acquisition services
- 66171000 - Financial consultancy services
- 71241000 - Feasibility study, advisory service, analysis
- 72000000 - IT services: consulting, software development, Internet and support
- 72221000 - Business analysis consultancy services
- 72224000 - Project management consultancy services
- 73000000 - Research and development services and related consultancy services
- 73210000 - Research consultancy services
- 79311410 - Economic impact assessment
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79411000 - General management consultancy services
- 79411100 - Business development consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of consultancy and professional services relating to the strategy, structure, management or operations of an organisation. This may include identification of options with recommendations as well as implementation and delivery.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
two.2.6) Estimated value
Value excluding VAT: £125,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Places to be awarded per lot must be specified - 70 places
Further details of the Deliverables for Lot 1 are detailed in Framework Schedule 1 Specification.
two.2) Description
two.2.1) Title
Strategy and policy
Lot No
2
two.2.2) Additional CPV code(s)
- 71241000 - Feasibility study, advisory service, analysis
- 72000000 - IT services: consulting, software development, Internet and support
- 72221000 - Business analysis consultancy services
- 72222000 - Information systems or technology strategic review and planning services
- 72224000 - Project management consultancy services
- 73220000 - Development consultancy services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79411000 - General management consultancy services
- 79411100 - Business development consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of consultancy and professional services relating to corporate strategies or government policy. This may include identification of options with recommendations as well as implementation and delivery
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Price - Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £300,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Places to be awarded per lot must be specified - 30 places
Further details of the Deliverables for Lot 2 are detailed in Framework Schedule 1 Specification.
two.2) Description
two.2.1) Title
Complex and transformation
Lot No
3
two.2.2) Additional CPV code(s)
- 66121000 - Mergers and acquisition services
- 66170000 - Financial consultancy, financial transaction processing and clearing-house services
- 66171000 - Financial consultancy services
- 71241000 - Feasibility study, advisory service, analysis
- 71311210 - Highways consultancy services
- 71311300 - Infrastructure works consultancy services
- 72000000 - IT services: consulting, software development, Internet and support
- 72100000 - Hardware consultancy services
- 72200000 - Software programming and consultancy services
- 72221000 - Business analysis consultancy services
- 72222000 - Information systems or technology strategic review and planning services
- 72224000 - Project management consultancy services
- 73000000 - Research and development services and related consultancy services
- 73210000 - Research consultancy services
- 73220000 - Development consultancy services
- 79200000 - Accounting, auditing and fiscal services
- 79210000 - Accounting and auditing services
- 79211200 - Compilation of financial statements services
- 79212500 - Accounting review services
- 79221000 - Tax consultancy services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79411000 - General management consultancy services
- 79411100 - Business development consultancy services
- 79414000 - Human resources management consultancy services
- 79418000 - Procurement consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of consultancy and professional services relating to complex programmes or portfolios of work which may be multi-disciplinary and/or transformational. This may include identification of options with recommendations as well as implementation and delivery
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Price - Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £750,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Places to be awarded per lot must be specified - 30 places
Further details of the Deliverables for Lot 3 are detailed in Framework Schedule 1 Specification.
two.2) Description
two.2.1) Title
Finance
Lot No
4
two.2.2) Additional CPV code(s)
- 66121000 - Mergers and acquisition services
- 66170000 - Financial consultancy, financial transaction processing and clearing-house services
- 66171000 - Financial consultancy services
- 66519600 - Actuarial services
- 66523000 - Pension fund consultancy services
- 71241000 - Feasibility study, advisory service, analysis
- 72000000 - IT services: consulting, software development, Internet and support
- 72221000 - Business analysis consultancy services
- 72224000 - Project management consultancy services
- 79200000 - Accounting, auditing and fiscal services
- 79210000 - Accounting and auditing services
- 79211200 - Compilation of financial statements services
- 79212500 - Accounting review services
- 79221000 - Tax consultancy services
- 79311400 - Economic research services
- 79311410 - Economic impact assessment
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79411000 - General management consultancy services
- 79411100 - Business development consultancy services
- 79412000 - Financial management consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of strategic and operational consultancy and professional services relating to finance. This may include identification of options with recommendations as well as implementation and delivery.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Price - Weighting: 10
two.2.6) Estimated value
Value excluding VAT: £150,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Places to be awarded per lot must be specified - 30 places
Further details of the Deliverables for Lot 4 are detailed in Framework Schedule 1 Specification.
two.2) Description
two.2.1) Title
HR
Lot No
5
two.2.2) Additional CPV code(s)
- 66523000 - Pension fund consultancy services
- 71241000 - Feasibility study, advisory service, analysis
- 71311200 - Transport systems consultancy services
- 72000000 - IT services: consulting, software development, Internet and support
- 72221000 - Business analysis consultancy services
- 72224000 - Project management consultancy services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79411000 - General management consultancy services
- 79411100 - Business development consultancy services
- 79414000 - Human resources management consultancy services
- 98200000 - Equal opportunities consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of consultancy and professional services relating to HR. This may include identification of options with recommendations as well as implementation and delivery
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75
Price - Weighting: 25
two.2.6) Estimated value
Value excluding VAT: £50,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Places to be awarded per lot must be specified - 25 places
Further details of the Deliverables for Lot 5 are detailed in Framework Schedule 1 Specification.
two.2) Description
two.2.1) Title
Procurement and supply chain
Lot No
6
two.2.2) Additional CPV code(s)
- 71241000 - Feasibility study, advisory service, analysis
- 72000000 - IT services: consulting, software development, Internet and support
- 72221000 - Business analysis consultancy services
- 72224000 - Project management consultancy services
- 79200000 - Accounting, auditing and fiscal services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79411000 - General management consultancy services
- 79411100 - Business development consultancy services
- 79418000 - Procurement consultancy services
- 79419000 - Evaluation consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of consultancy and professional services relating to procurement and supply chain. This may include identification of options with recommendations as well as implementation and delivery.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75
Price - Weighting: 25
two.2.6) Estimated value
Value excluding VAT: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Places to be awarded per lot must be specified - 35 places
Further details of the Deliverables for Lot 6 are detailed in Framework Schedule 1 Specification.
two.2) Description
two.2.1) Title
Health, social care and community
Lot No
7
two.2.2) Additional CPV code(s)
- 71241000 - Feasibility study, advisory service, analysis
- 72000000 - IT services: consulting, software development, Internet and support
- 72224000 - Project management consultancy services
- 73000000 - Research and development services and related consultancy services
- 73210000 - Research consultancy services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79411000 - General management consultancy services
- 79411100 - Business development consultancy services
- 85000000 - Health and social work services
- 85100000 - Health services
- 85322000 - Community action programme
- 85323000 - Community health services
- 98200000 - Equal opportunities consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of specialist consultancy and professional services relating to health, social care and/or community. This may include identification of options with recommendations as well as implementation and delivery.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75
Price - Weighting: 25
two.2.6) Estimated value
Value excluding VAT: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Places to be awarded per lot must be specified - 40 places
Further details of the Deliverables for Lot 7 are detailed in Framework Schedule 1 Specification.
two.2) Description
two.2.1) Title
Infrastructure
Lot No
8
two.2.2) Additional CPV code(s)
- 71241000 - Feasibility study, advisory service, analysis
- 71311200 - Transport systems consultancy services
- 71311210 - Highways consultancy services
- 71311300 - Infrastructure works consultancy services
- 72000000 - IT services: consulting, software development, Internet and support
- 72222000 - Information systems or technology strategic review and planning services
- 72224000 - Project management consultancy services
- 73000000 - Research and development services and related consultancy services
- 73210000 - Research consultancy services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79411000 - General management consultancy services
- 79411100 - Business development consultancy services
- 79418000 - Procurement consultancy services
- 90712500 - Environmental institution building or planning
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of specialist consultancy and professional services relating to infrastructure. This may include identification of options with recommendations as well as implementation and delivery (excluding construction).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75
Price - Weighting: 25
two.2.6) Estimated value
Value excluding VAT: £75,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Places to be awarded per lot must be specified - 40 places
Further details of the Deliverables for Lot 8 are detailed in Framework Schedule 1 Specification.
two.2) Description
two.2.1) Title
Environmental sustainability and socio-economic development
Lot No
9
two.2.2) Additional CPV code(s)
- 71241000 - Feasibility study, advisory service, analysis
- 71311210 - Highways consultancy services
- 71311300 - Infrastructure works consultancy services
- 71313100 - Noise-control consultancy services
- 71351200 - Geological and geophysical consultancy services
- 71351210 - Geophysical consultancy services
- 71351220 - Geological consultancy services
- 71800000 - Consulting services for water-supply and waste consultancy
- 72000000 - IT services: consulting, software development, Internet and support
- 72224000 - Project management consultancy services
- 73000000 - Research and development services and related consultancy services
- 73210000 - Research consultancy services
- 79400000 - Business and management consultancy and related services
- 79410000 - Business and management consultancy services
- 79411000 - General management consultancy services
- 79411100 - Business development consultancy services
- 90700000 - Environmental services
- 90710000 - Environmental management
- 90711000 - Environmental impact assessment other than for construction
- 90711200 - Environmental standards other than for construction
- 90711300 - Environmental indicators analysis other than for construction
- 90711400 - Environmental Impact Assessment (EIA) services other than for construction
- 90711500 - Environmental monitoring other than for construction
- 90712000 - Environmental planning
- 90712500 - Environmental institution building or planning
- 90713000 - Environmental issues consultancy services
- 90720000 - Environmental protection
- 90731100 - Air quality management
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of consultancy and professional services relating to environment and/or sustainability. This may include identification of options with recommendations as well as implementation and delivery (excluding construction).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75
Price - Weighting: 25
two.2.6) Estimated value
Value excluding VAT: £25,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Places to be awarded per lot must be specified - 40 places
Further details of the Deliverables for Lot 9 are detailed in Framework Schedule 1 Specification.
two.2) Description
two.2.1) Title
Restructuring and insolvency services
Lot No
10
two.2.2) Additional CPV code(s)
- 66000000 - Financial and insurance services
- 66121000 - Mergers and acquisition services
- 66122000 - Corporate finance and venture capital services
- 66170000 - Financial consultancy, financial transaction processing and clearing-house services
- 66171000 - Financial consultancy services
- 71241000 - Feasibility study, advisory service, analysis
- 72000000 - IT services: consulting, software development, Internet and support
- 72221000 - Business analysis consultancy services
- 72224000 - Project management consultancy services
- 75130000 - Supporting services for the government
- 75131000 - Government services
- 79412000 - Financial management consultancy services
- 79419000 - Evaluation consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of objective advice in relation to corporate restructuring and insolvency. Although the exact nature of this advice will vary by case, Suppliers must be able to demonstrate the required expertise in relation to distressed corporate situations.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £25,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Places to be awarded per lot must be specified - 20 places
Further details of the Deliverables for Lot 10 are detailed in Framework Schedule 1 Specification.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-025599
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 January 2025
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 4 November 2025
four.2.7) Conditions for opening of tenders
Date
9 January 2025
Local time
3:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/7b175df6-4a5c-4dcd-bcc7-cf8b30d83860
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.
Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.
six.4) Procedures for review
six.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 345410222
Country
United Kingdom