Contract

Management Consultancy Framework Four (MCF4)

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

F03: Contract award notice

Notice identifier: 2025/S 000-052328

Procurement identifier (OCID): ocds-h6vhtk-03f86c (view related notices)

Published 29 August 2025, 10:48am



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

UKD72 - Liverpool

Justification for not providing organisation identifier

Not on any register

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.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, has established a multi-supplier Framework Contract for the supply of management consultancy including restructuring and insolvency services.

Management Consultancy Framework Four (MCF4) (RM6309) is 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 replaces Management Consultancy Framework Three (RM6187) and Restructuring and Insolvency Services (RM6269).

MCF4 has 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.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,700,000,000

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
  • 73000000 - Research and development services and related consultancy services
  • 79311410 - Economic impact assessment
  • 79400000 - Business and management consultancy and related 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.2.11) Information about options

Options: No

two.2.14) Additional information

71 Suppliers were awarded a place on Lot 1.

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
  • 73220000 - Development consultancy services
  • 79400000 - Business and management consultancy and related 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.2.11) Information about options

Options: No

two.2.14) Additional information

56 Suppliers were awarded a place on Lot 2.

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
  • 71241000 - Feasibility study, advisory service, analysis
  • 71311210 - Highways consultancy services
  • 71311300 - Infrastructure works consultancy services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 73000000 - Research and development services and related consultancy services
  • 79200000 - Accounting, auditing and fiscal services
  • 79400000 - Business and management consultancy and related 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.2.11) Information about options

Options: No

two.2.14) Additional information

36 Suppliers were awarded a place on Lot 3.

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
  • 66519600 - Actuarial services
  • 66523000 - Pension fund consultancy services
  • 71241000 - Feasibility study, advisory service, analysis
  • 72000000 - IT services: consulting, software development, Internet and support
  • 79200000 - Accounting, auditing and fiscal services
  • 79311400 - Economic research services
  • 79311410 - Economic impact assessment
  • 79400000 - Business and management consultancy and related 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.2.11) Information about options

Options: No

two.2.14) Additional information

36 Suppliers were awarded a place on Lot 4.

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
  • 79400000 - Business and management consultancy and related 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.2.11) Information about options

Options: No

two.2.14) Additional information

32 Suppliers were awarded a place on Lot 5.

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
  • 79200000 - Accounting, auditing and fiscal services
  • 79400000 - Business and management consultancy and related 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.2.11) Information about options

Options: No

two.2.14) Additional information

37 Suppliers were awarded a place on Lot 6.

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
  • 73000000 - Research and development services and related consultancy services
  • 79400000 - Business and management consultancy and related services
  • 85000000 - Health and social work 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.2.11) Information about options

Options: No

two.2.14) Additional information

46 Suppliers were awarded a place on Lot 7.

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
  • 73000000 - Research and development services and related consultancy services
  • 79400000 - Business and management consultancy and related 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.2.11) Information about options

Options: No

two.2.14) Additional information

45 Suppliers were awarded a place on Lot 8.

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
  • 73000000 - Research and development services and related consultancy services
  • 79400000 - Business and management consultancy and related services
  • 90700000 - Environmental 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 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.2.11) Information about options

Options: No

two.2.14) Additional information

43 Suppliers were awarded a place on Lot 9.

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
  • 71241000 - Feasibility study, advisory service, analysis
  • 72000000 - IT services: consulting, software development, Internet and support
  • 75130000 - Supporting services for the government
  • 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.2.11) Information about options

Options: No

two.2.14) Additional information

15 Suppliers were awarded a place on Lot 10.


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

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: 2024/S 000-036291


Section five. Award of contract

Contract No

RM6309

Title

Management Consultancy Framework Four (MCF4)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

29 July 2025

five.2.2) Information about tenders

Number of tenders received: 491

Number of tenders received by electronic means: 491

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £1,700,000,000

Total value of the contract/lot: £1,700,000,000


Section six. Complementary information

six.3) Additional information

The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.

As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/5973b28b-99bf-472f-9ad5-21a2a9646191

1) Redacted Commercial Agreement

2) List of Successful Suppliers

3) Approved Customer list

4) Transparency Agenda

On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications.

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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

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 3454102222

Country

United Kingdom