Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.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
UK
Telephone: +44 345410222
E-mail: supplier@crowncommercial.gov.uk
NUTS: UKD72
Internet address(es)
Main address: https://www.gov.uk/ccs
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Management Consultancy Framework Four (MCF4)
Reference number: RM6309
II.1.2) Main CPV code
79400000
II.1.3) Type of contract
Services
II.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.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
1 700 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Business
II.2.2) Additional CPV code(s)
66121000
66171000
71241000
72000000
73000000
79311410
79400000
II.2.3) Place of performance
NUTS code:
UK
II.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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 20
Price
/ Weighting:
80
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
71 Suppliers were awarded a place on Lot 1.
Lot No: 2
II.2.1) Title
Strategy and Policy
II.2.2) Additional CPV code(s)
71241000
72000000
73220000
79400000
II.2.3) Place of performance
NUTS code:
UK
II.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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 90
Price
/ Weighting:
10
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
56 Suppliers were awarded a place on Lot 2.
Lot No: 3
II.2.1) Title
Complex and Transformation
II.2.2) Additional CPV code(s)
66121000
66170000
71241000
71311210
71311300
72000000
73000000
79200000
79400000
II.2.3) Place of performance
NUTS code:
UK
II.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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 90
Price
/ Weighting:
10
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
36 Suppliers were awarded a place on Lot 3.
Lot No: 4
II.2.1) Title
Finance
II.2.2) Additional CPV code(s)
66121000
66170000
66519600
66523000
71241000
72000000
79200000
79311400
79311410
79400000
II.2.3) Place of performance
NUTS code:
UK
II.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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 90
Price
/ Weighting:
10
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
36 Suppliers were awarded a place on Lot 4.
Lot No: 5
II.2.1) Title
HR
II.2.2) Additional CPV code(s)
66523000
71241000
71311200
72000000
79400000
98200000
II.2.3) Place of performance
NUTS code:
UK
II.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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 75
Price
/ Weighting:
25
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
32 Suppliers were awarded a place on Lot 5.
Lot No: 6
II.2.1) Title
Procurement and Supply Chain
II.2.2) Additional CPV code(s)
71241000
72000000
79200000
79400000
II.2.3) Place of performance
NUTS code:
UK
II.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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 75
Price
/ Weighting:
25
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
37 Suppliers were awarded a place on Lot 6.
Lot No: 7
II.2.1) Title
Health, Social Care and Community
II.2.2) Additional CPV code(s)
71241000
72000000
73000000
79400000
85000000
98200000
II.2.3) Place of performance
NUTS code:
UK
II.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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 75
Price
/ Weighting:
25
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
46 Suppliers were awarded a place on Lot 7.
Lot No: 8
II.2.1) Title
Infrastructure
II.2.2) Additional CPV code(s)
71241000
71311200
71311210
71311300
72000000
73000000
79400000
90712500
II.2.3) Place of performance
NUTS code:
UK
II.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).
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 75
Price
/ Weighting:
25
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
45 Suppliers were awarded a place on Lot 8.
Lot No: 9
II.2.1) Title
Environmental Sustainability and Socio-economic Development
II.2.2) Additional CPV code(s)
71241000
71311210
71311300
71313100
71351200
71351210
71351220
71800000
72000000
73000000
79400000
90700000
II.2.3) Place of performance
NUTS code:
UK
II.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).
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 75
Price
/ Weighting:
25
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
43 Suppliers were awarded a place on Lot 9.
Lot No: 10
II.2.1) Title
Restructuring and Insolvency Services
II.2.2) Additional CPV code(s)
66000000
71241000
72000000
75130000
79412000
79419000
II.2.3) Place of performance
NUTS code:
UK
II.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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
15 Suppliers were awarded a place on Lot 10.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-036291
Section V: Award of contract
Contract No: RM6309
Title: Management Consultancy Framework Four (MCF4)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
29/07/2025
V.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
V.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
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 1 700 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.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.
VI.4) Procedures for review
VI.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
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
VI.5) Date of dispatch of this notice
29/08/2025