Tender

Management Consultancy

CROWN COMMERCIAL SERVICE

This public procurement record has 1 release in its history.

Tender

22 Dec 2016 at 15:36

Summary of the contracting process

The Crown Commercial Service is initiating a tender (RM3745) for a Pan Government Collaborative Framework Agreement to provide Management Consultancy Services, aimed at UK public sector bodies. This procurement is currently in the planning stage, with a tender period concluding on 14 February 2017. The procurement will be conducted via an open procedure and divided into two phases across eight lots, with a total estimated value of £3 billion. Notable deadlines include the submission of tenders for Lots 1-3 due on 14 February 2017, and for Lots 4-8 by 9 May 2017. The framework will address services to be delivered across British Overseas Territories, the United Kingdom, and beyond.

This tender presents significant opportunities for growth, particularly for firms specialising in business and management consultancy, financial consultancy, and related advisory services. Businesses of varying sizes, including SMEs, are encouraged to participate, as the framework allows suppliers to bid for multiple lots that can enhance their service delivery capabilities. Companies interested in public sector work should view this tender as a strategic opportunity to establish themselves within a substantial framework that will serve various government entities, including local authorities and NHS bodies.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Management Consultancy

Notice Description

Crown Commercial Service as the Authority is putting in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities. This Procurement will establish a multi Supplier public sector Framework Agreement for the purchase of Management Consultancy Services. This Framework Agreement shall comprise of 8 Lots. The Authority reserves the right for an electronic auction to be held by Contracting Authorities during further competition prior to an award of a contract. Potential Providers have the opportunity to bid for all or any combination of the Lots. The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") will not apply at the Framework level. However, it is the responsibility of Potential Providers to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the Call Off Agreement and to act accordingly. The Potential Provider is encouraged to carry out its own due diligence. Potential Providers should note this Procurement will involve a 2 phase return of Tender submissions. Tender submissions for Lots 1, 2 and 3 (Phase 1) must be submitted by 14/02/2017, as per section IV.3.4. Tender submissions for Lots 4,5,6,7 and 8 (Phase 2) the deadline for submissions of Attachment 2 - Selection Questionnaire, is 14/02/2017. The deadline for submissions of Attachment 4 - Phase 2 Award Questionnaire is 09/05/2017. Please refer to Attachment 1 - Invitation to Tender for full details of timescales. In reference to Section II.1.4, maximum number of participants allowed. Framework Agreements will be concluded with the maximum number of Suppliers for each Lot. This may increase only where two or more Potential Providers have tied scores and are placed in the last position in respect of each lot. The Authority reserves the right to award a Framework Agreement to additional Potential Providers where their Final Score is within 1 % of the original awarded last place position only up to an additional 5 suppliers. For the avoidance of doubt, last position is 40th for Lot 1, Lot 7 and Lot 8. Last position is 20th for Lot 2, Lot 3 and Lot 4. Last position is 50th for Lot 5 and Lot 6. In the event that there is a challenge to the Procurement and such a challenge is confined to any one particular Lot, the Authority reserves the right to the extent that it is lawful to do so to conclude a Framework Agreement with the successful Potential Providers in respect of the Lot that has not been so challenged. The Authority may increase the CCS Management Charge percentage (which shall be 0.5% as at the Framework Commencement Date) at any point during the Framework Period up to a maximum of 2% Additional information: This procurement will be managed electronically via the Authority's e-Sourcing Suite. To participate in this Procurement, Potential Providers must first be registered on the e-Sourcing Suite. If you have not yet registered on the eSourcing Suite, this can be done online at: https:// gpsesourcing.cabinetoffice.gov.uk by following the link 'Register for CCS eSourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at: http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing: expressionofinterest@crowncommercial.gov.uk Your email must clearly state: the name and reference for the procurement and Phase you wish to register for i.e Phase 1 and/or Phase 2; the name of the Potential Provider; and the name and contact details for the registered individual sending the email. The Authority will process the email and then enable the Potential Provider to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. Please note if you register for Phase 2 you will be invited to Phase 1 RFX event and Phase 2 RFX event. Potential Providers should note, that this Procurement will be evaluated in a 2 phased return. Phase 1 will consist of Lots 1, 2 and 3. Phase 2 will consist of Lots 4, 5, 6, 7 and 8. Please see the Procurement Timetable at Paragraph 4 of Attachment 1 - Invitation to Tender and ensure you are aware of the dates your procurement documents need to be submitted. When expressing an interest in this procurement, please clearly state what phase you are wishing to submit a Tender for. For the avoidance of doubt, if you are wishing to submit a Tender for Lots 1, 2 and 3 this is Phase 1, and you will be added to the Phase 1 event within the e-Sourcing suite. If you are wishing to submit a Tender for Lots 4, 5, 6, 7 and 8, this is Phase 2, and you will be added to Phase 1 and 2 within the e-Sourcing suite. Potential Providers should note, that all responses to the Selection Questionnaire shall be entered within Phase 1 by the Phase 1 closing date listed in IV.3.4. As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information. For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Helpdesk email: eenablement@crownco

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-8202eb8d-3e54-494b-8610-d87c327f8d35
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/7a926174-ecc1-4637-9b59-b0c2e4be2d74
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

66 - Financial and insurance services

71 - Architectural, construction, engineering and inspection services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

66121000 - Mergers and acquisition services

66171000 - Financial consultancy services

71241000 - Feasibility study, advisory service, analysis

79400000 - Business and management consultancy and related services

Notice Value(s)

Tender Value
£3,000,000,000 £1B-£10B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
22 Dec 20169 years ago
Submission Deadline
14 Feb 2017Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
29 Jun 2017 - 30 Jun 2021 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CROWN COMMERCIAL SERVICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LIVERPOOL
Postcode
L3 9PP
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
Not specified

Local Authority
Liverpool
Electoral Ward
City Centre North
Westminster Constituency
Liverpool Riverside

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-8202eb8d-3e54-494b-8610-d87c327f8d35-2016-12-22T15:36:11Z",
    "date": "2016-12-22T15:36:11Z",
    "ocid": "ocds-b5fd17-8202eb8d-3e54-494b-8610-d87c327f8d35",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "RM3745",
        "title": "Management Consultancy",
        "description": "Crown Commercial Service as the Authority is putting in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities. This Procurement will establish a multi Supplier public sector Framework Agreement for the purchase of Management Consultancy Services. This Framework Agreement shall comprise of 8 Lots. The Authority reserves the right for an electronic auction to be held by Contracting Authorities during further competition prior to an award of a contract. Potential Providers have the opportunity to bid for all or any combination of the Lots. The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (\"TUPE\") will not apply at the Framework level. However, it is the responsibility of Potential Providers to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the Call Off Agreement and to act accordingly. The Potential Provider is encouraged to carry out its own due diligence. Potential Providers should note this Procurement will involve a 2 phase return of Tender submissions. Tender submissions for Lots 1, 2 and 3 (Phase 1) must be submitted by 14/02/2017, as per section IV.3.4. Tender submissions for Lots 4,5,6,7 and 8 (Phase 2) the deadline for submissions of Attachment 2 - Selection Questionnaire, is 14/02/2017. The deadline for submissions of Attachment 4 - Phase 2 Award Questionnaire is 09/05/2017. Please refer to Attachment 1 - Invitation to Tender for full details of timescales. In reference to Section II.1.4, maximum number of participants allowed. Framework Agreements will be concluded with the maximum number of Suppliers for each Lot. This may increase only where two or more Potential Providers have tied scores and are placed in the last position in respect of each lot. The Authority reserves the right to award a Framework Agreement to additional Potential Providers where their Final Score is within 1 % of the original awarded last place position only up to an additional 5 suppliers. For the avoidance of doubt, last position is 40th for Lot 1, Lot 7 and Lot 8. Last position is 20th for Lot 2, Lot 3 and Lot 4. Last position is 50th for Lot 5 and Lot 6. In the event that there is a challenge to the Procurement and such a challenge is confined to any one particular Lot, the Authority reserves the right to the extent that it is lawful to do so to conclude a Framework Agreement with the successful Potential Providers in respect of the Lot that has not been so challenged. The Authority may increase the CCS Management Charge percentage (which shall be 0.5% as at the Framework Commencement Date) at any point during the Framework Period up to a maximum of 2% Additional information: This procurement will be managed electronically via the Authority's e-Sourcing Suite. To participate in this Procurement, Potential Providers must first be registered on the e-Sourcing Suite. If you have not yet registered on the eSourcing Suite, this can be done online at: https:// gpsesourcing.cabinetoffice.gov.uk by following the link 'Register for CCS eSourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at: http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing: expressionofinterest@crowncommercial.gov.uk Your email must clearly state: the name and reference for the procurement and Phase you wish to register for i.e Phase 1 and/or Phase 2; the name of the Potential Provider; and the name and contact details for the registered individual sending the email. The Authority will process the email and then enable the Potential Provider to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. Please note if you register for Phase 2 you will be invited to Phase 1 RFX event and Phase 2 RFX event. Potential Providers should note, that this Procurement will be evaluated in a 2 phased return. Phase 1 will consist of Lots 1, 2 and 3. Phase 2 will consist of Lots 4, 5, 6, 7 and 8. Please see the Procurement Timetable at Paragraph 4 of Attachment 1 - Invitation to Tender and ensure you are aware of the dates your procurement documents need to be submitted. When expressing an interest in this procurement, please clearly state what phase you are wishing to submit a Tender for. For the avoidance of doubt, if you are wishing to submit a Tender for Lots 1, 2 and 3 this is Phase 1, and you will be added to the Phase 1 event within the e-Sourcing suite. If you are wishing to submit a Tender for Lots 4, 5, 6, 7 and 8, this is Phase 2, and you will be added to Phase 1 and 2 within the e-Sourcing suite. Potential Providers should note, that all responses to the Selection Questionnaire shall be entered within Phase 1 by the Phase 1 closing date listed in IV.3.4. As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information. For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Helpdesk email: eenablement@crownco",
        "datePublished": "2016-12-22T15:36:11Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "66121000",
            "description": "Mergers and acquisition services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "66171000",
                "description": "Financial consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "71241000",
                "description": "Feasibility study, advisory service, analysis"
            },
            {
                "scheme": "CPV",
                "id": "79400000",
                "description": "Business and management consultancy and related services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 2000000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 3000000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2017-02-14T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2017-06-30T00:00:00+01:00",
            "endDate": "2021-06-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/7a926174-ecc1-4637-9b59-b0c2e4be2d74",
                "datePublished": "2016-12-22T15:36:11Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "2016-OJS247-452725-en",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/4579a90c-34b5-4073-a908-b6904500d750",
                "format": "application/pdf"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "Attachment 1 - Invitation to Tender",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/117911e6-cbee-445c-88f0-0541b1ce49d8",
                "format": "application/pdf"
            },
            {
                "id": "4",
                "documentType": "tenderNotice",
                "description": "Attachment 2 - Participation and Selection Questionnaire Guidance",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/935fe706-2a4d-4fca-b866-b45c7f02152c",
                "format": "application/pdf"
            },
            {
                "id": "5",
                "documentType": "tenderNotice",
                "description": "Attachment 3 - Award Questionnaire Phase 1 (Lots 1 to 3)",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/93025153-035f-4fc5-8f40-c789cc5defd1",
                "format": "application/pdf"
            },
            {
                "id": "6",
                "documentType": "tenderNotice",
                "description": "Attachment 4 - Award Questionnaire Phase 2 (Lots 4-8)",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/dd9e0aa1-b79b-448b-9117-326b5255b59b",
                "format": "application/pdf"
            },
            {
                "id": "7",
                "documentType": "tenderNotice",
                "description": "Attachment 5a - Framework Agreement",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e6c60899-a4cc-4219-8d82-e315712d63da",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "8",
                "documentType": "tenderNotice",
                "description": "Attachment 5b - Framework Schedule 2 (Services and Key Performance Indicators)",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/daaec383-3760-4773-9801-e72ac881c93a",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "9",
                "documentType": "tenderNotice",
                "description": "Attachment 6a - Order Form",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/197cde0e-b6a4-449e-890e-ad9e17df7368",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "10",
                "documentType": "tenderNotice",
                "description": "Attachment 6b - Call Off Terms",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/5a6bf4b3-5337-4863-b0f4-151c6b7aecee",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "11",
                "documentType": "tenderNotice",
                "description": "Attachment 7 - Terms of Participation",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/90ec47af-36e4-4426-b1dc-c588dca7cb26",
                "format": "application/pdf"
            },
            {
                "id": "12",
                "documentType": "tenderNotice",
                "description": "Attachment 8 - Declaration of Compliance",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/bf7dabf3-0dbe-4f54-97c5-6dc640285624",
                "format": "application/pdf"
            },
            {
                "id": "13",
                "documentType": "tenderNotice",
                "description": "Attachment 10 - Pricing Matrix Phase 1 (Lots 1 to 3)",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/972f95f0-c0e6-4e52-a5fd-366fc2c832a7",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "14",
                "documentType": "tenderNotice",
                "description": "Attachment 11 - Pricing Matrix Phase 2 (Lots 4-8)",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/7af3675b-9e53-4af0-8b02-e02f1606d15d",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "15",
                "documentType": "tenderNotice",
                "description": "Attachment 12 - Financial Assessment Template",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/995f2952-fbd8-4883-8b40-7f0fda267e06",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "16",
                "documentType": "tenderNotice",
                "description": "Attachment 13 - Service Information Template",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/0754d951-681d-4133-935f-dce5f3a9d5a7",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "17",
                "documentType": "tenderNotice",
                "description": "Attachment 14 - Framework Population Template",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/26a2702c-9671-4141-b870-d7e221febc01",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
            "name": "Crown Commercial Service",
            "identifier": {
                "legalName": "Crown Commercial Service",
                "scheme": "GB-SRS",
                "id": "supplierregistration.cabinetoffice.gov.uk/6sQD8uds"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "postalCode": "L3 9PP",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "supplier@crowncommercial.gov.uk",
                "telephone": "0345 010 3503"
            },
            "details": {
                "url": "http://www.gov.uk/ccs"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
        "name": "Crown Commercial Service"
    }
}