Management Consultancy Framework Four (MCF4)

A Contract Award Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Services)
Duration
2 year (est.)
Value
£2B
Sector
BUSINESS
Published
29 Aug 2025
Delivery
To 29 Aug 2027 (est.)
Deadline
n/a

Concepts

Location

Liverpool

Geochart for 2 buyers and 1 suppliers

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.

Lot Division

1 Business

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.

Award Criteria
Quality 20.0
PRICE 80.0
2 Strategy and Policy

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.

Award Criteria
Quality 90.0
PRICE 10.0
3 Complex and Transformation

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.

Award Criteria
Quality 90.0
PRICE 10.0
4 Finance

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.

Award Criteria
Quality 90.0
PRICE 10.0
5 HR

Provision of consultancy and professional services relating to HR. This may include identification of options with recommendations as well as implementation and delivery.

Award Criteria
Quality 75.0
PRICE 25.0
6 Procurement and Supply Chain

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.

Award Criteria
Quality 75.0
PRICE 25.0
7 Health, Social Care and Community

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.

Award Criteria
Quality 75.0
PRICE 25.0
8 Infrastructure

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).

Award Criteria
Quality 75.0
PRICE 25.0
9 Environmental Sustainability and Socio-economic Development

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).

Award Criteria
Quality 75.0
PRICE 25.0
10 Restructuring and Insolvency Services

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.

Award Criteria
Quality 70.0
PRICE 30.0

Award Detail

1 See Contracts Finder Notice for Full Supplier List (Liverpool)
  • Management Consultancy Framework Four (MCF4)
  • Reference: rm6309
  • Num offers: 491
  • Value: £1,700,000,000

CPV Codes

  • 79400000 - Business and management consultancy and related services
  • 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
  • 73220000 - Development consultancy services
  • 66170000 - Financial consultancy, financial transaction processing and clearing-house services
  • 71311210 - Highways consultancy services
  • 71311300 - Infrastructure works consultancy services
  • 79200000 - Accounting, auditing and fiscal services
  • 66519600 - Actuarial services
  • 66523000 - Pension fund consultancy services
  • 79311400 - Economic research services
  • 71311200 - Transport systems consultancy services
  • 98200000 - Equal opportunities consultancy services
  • 85000000 - Health and social work services
  • 90712500 - Environmental institution building or planning
  • 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
  • 90700000 - Environmental services
  • 66000000 - Financial and insurance services
  • 75130000 - Supporting services for the government
  • 79412000 - Financial management consultancy services
  • 79419000 - Evaluation consultancy services

Indicators

  • Award on basis of price.

Other 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-9ad5-21a2a9... 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.

Reference

Domains