Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Management Consultancy Framework Four (MCF4)

  • First published: 30 August 2025
  • Last modified: 30 August 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03f86c
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
30 August 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
79200000 Accounting, auditing and fiscal services Business services: law, marketing, consulting, recruitment, printing and security
66519600 Actuarial services Engineering, auxiliary, average, loss, actuarial and salvage insurance services
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
73220000 Development consultancy services Research and development consultancy services
79311410 Economic impact assessment Survey services
79311400 Economic research services Survey services
90712500 Environmental institution building or planning Environmental planning
90700000 Environmental services Sewage, refuse, cleaning and environmental services
98200000 Equal opportunities consultancy services Other community, social and personal services
79419000 Evaluation consultancy services Business and management consultancy services
71241000 Feasibility study, advisory service, analysis Architectural, engineering and planning services
66000000 Financial and insurance services Finance and Related Services
66171000 Financial consultancy services Financial consultancy, financial transaction processing and clearing-house services
66170000 Financial consultancy, financial transaction processing and clearing-house services Banking and investment services
79412000 Financial management consultancy services Business and management consultancy services
71351200 Geological and geophysical consultancy services Geological, geophysical and other scientific prospecting services
71351220 Geological consultancy services Geological, geophysical and other scientific prospecting services
71351210 Geophysical consultancy services Geological, geophysical and other scientific prospecting services
85000000 Health and social work services Other Services
71311210 Highways consultancy services Civil engineering consultancy services
71311300 Infrastructure works consultancy services Civil engineering consultancy services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
66121000 Mergers and acquisition services Investment banking services and related services
71313100 Noise-control consultancy services Environmental engineering consultancy services
66523000 Pension fund consultancy services Pension services
73000000 Research and development services and related consultancy services Research and Development
75130000 Supporting services for the government Administration services
71311200 Transport systems consultancy services Civil engineering consultancy services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.