Tender

Management Consultancy Framework Four (MCF4)

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F02: Contract notice

Notice identifier: 2024/S 000-036291

Procurement identifier (OCID): ocds-h6vhtk-03f86c

Published 8 November 2024, 3:00pm



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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 345410222

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

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

Email

supplier@crowncommercial.gov.uk

Telephone

+44 345410222

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/