TenderAmendment

Management Consultancy Framework Four (MCF4)

CROWN COMMERCIAL SERVICE

  • Contract Timeline

    Publication Date

    16th December 2024 09:13:14 AM

    TenderAmendment Deadline

    9th January 2025 15:00:00 PM   Expired

  • Contract Summary

    Crown Commercial Service (CCS), hereby known as the Authority, is seeking to establish a multi-supplier Framework Contract for the supply of management consultancy including restructuring and insolvency services. Management Consultancy Framework Four (MCF4) (RM6309) will be 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 will replace Management Consultancy Framework Three (RM6187) and Restructuring and Insolvency Services (RM6269). MCF4 will have 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. Additional information: 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 - About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer's specific needs. CCS reserve the right to award a framework to any bidder whose final score is within 3% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-f72d46c7-ca51-470f-aae3-abbc579ef2e1

    Publication Source

    Contracts Finder

    Procurement Stage

    TenderAmendment

    Procurement Method

    Open

    Procurement Method Details

    Open Procedure (above Threshold)

    Procurement Category

    Services

    Tender Suitability

    SME VCSE

    Framework / DPS

    Framework

  • Contract Classification

    CPV Code(s)

    66121000
    66171000
    71241000
    72000000
    73000000
    79311410
    79400000

    CPV Division(s)

    66 - Financial and insurance services
    71 - Architectural, construction, engineering and inspection services
    72 - IT services: consulting, software development, Internet and support
    73 - Research and development services and related consultancy services
    79 - Business services: law, marketing, consulting, recruitment, printing and security

  • Awarding Authority

    CROWN COMMERCIAL SERVICE

    Buyer Name

    The Minister for the Cabinet Office acting through Crown Commercial Service

    Buyer Email

    supplier@crowncommercial.gov.uk

    Buyer Phone

    +44 3454102222

    Buyer Address

    9th Floor, The Capital, Old Hall Street

    Liverpool

    L3 9PP

    England


TenderAmendment

Management Consultancy Framework Four (MCF4)

CROWN COMMERCIAL SERVICE

  • Contract Timeline

    Publication Date

    11th December 2024 09:39:44 AM

    TenderAmendment Deadline

    9th January 2025 15:00:00 PM   Expired

  • Contract Summary

    Crown Commercial Service (CCS), hereby known as the Authority, is seeking to establish a multi-supplier Framework Contract for the supply of management consultancy including restructuring and insolvency services. Management Consultancy Framework Four (MCF4) (RM6309) will be 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 will replace Management Consultancy Framework Three (RM6187) and Restructuring and Insolvency Services (RM6269). MCF4 will have 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. Additional information: 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 - About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer's specific needs. CCS reserve the right to award a framework to any bidder whose final score is within 3% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-f72d46c7-ca51-470f-aae3-abbc579ef2e1

    Publication Source

    Contracts Finder

    Procurement Stage

    TenderAmendment

    Procurement Method

    Open

    Procurement Method Details

    Open Procedure (above Threshold)

    Procurement Category

    Services

    Tender Suitability

    SME VCSE

    Framework / DPS

    Framework

  • Contract Classification

    CPV Code(s)

    66121000
    66171000
    71241000
    72000000
    73000000
    79311410
    79400000

    CPV Division(s)

    66 - Financial and insurance services
    71 - Architectural, construction, engineering and inspection services
    72 - IT services: consulting, software development, Internet and support
    73 - Research and development services and related consultancy services
    79 - Business services: law, marketing, consulting, recruitment, printing and security

  • Awarding Authority

    CROWN COMMERCIAL SERVICE

    Buyer Name

    The Minister for the Cabinet Office acting through Crown Commercial Service

    Buyer Email

    supplier@crowncommercial.gov.uk

    Buyer Phone

    +44 3454102222

    Buyer Address

    9th Floor, The Capital, Old Hall Street

    Liverpool

    L3 9PP

    England


TenderAmendment

Management Consultancy Framework Four (MCF4)

CROWN COMMERCIAL SERVICE

  • Contract Timeline

    Publication Date

    11th December 2024 08:30:19 AM

    TenderAmendment Deadline

    9th January 2025 15:00:00 PM   Expired

  • Contract Summary

    Crown Commercial Service (CCS), hereby known as the Authority, is seeking to establish a multi-supplier Framework Contract for the supply of management consultancy including restructuring and insolvency services. Management Consultancy Framework Four (MCF4) (RM6309) will be 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 will replace Management Consultancy Framework Three (RM6187) and Restructuring and Insolvency Services (RM6269). MCF4 will have 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. Additional information: 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 - About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer's specific needs. CCS reserve the right to award a framework to any bidder whose final score is within 3% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-f72d46c7-ca51-470f-aae3-abbc579ef2e1

    Publication Source

    Contracts Finder

    Procurement Stage

    TenderAmendment

    Procurement Method

    Open

    Procurement Method Details

    Open Procedure (above Threshold)

    Procurement Category

    Services

    Tender Suitability

    SME VCSE

    Framework / DPS

    Framework

  • Contract Classification

    CPV Code(s)

    66121000
    66171000
    71241000
    72000000
    73000000
    79311410
    79400000

    CPV Division(s)

    66 - Financial and insurance services
    71 - Architectural, construction, engineering and inspection services
    72 - IT services: consulting, software development, Internet and support
    73 - Research and development services and related consultancy services
    79 - Business services: law, marketing, consulting, recruitment, printing and security

  • Awarding Authority

    CROWN COMMERCIAL SERVICE

    Buyer Name

    The Minister for the Cabinet Office acting through Crown Commercial Service

    Buyer Email

    supplier@crowncommercial.gov.uk

    Buyer Phone

    +44 3454102222

    Buyer Address

    9th Floor, The Capital, Old Hall Street

    Liverpool

    L3 9PP

    England


TenderAmendment

Management Consultancy Framework Four (MCF4)

CROWN COMMERCIAL SERVICE

  • Contract Timeline

    Publication Date

    3rd December 2024 11:13:55 AM

    TenderAmendment Deadline

    9th January 2025 15:00:00 PM   Expired

  • Contract Summary

    Crown Commercial Service (CCS), hereby known as the Authority, is seeking to establish a multi-supplier Framework Contract for the supply of management consultancy including restructuring and insolvency services. Management Consultancy Framework Four (MCF4) (RM6309) will be 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 will replace Management Consultancy Framework Three (RM6187) and Restructuring and Insolvency Services (RM6269). MCF4 will have 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. Additional information: 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 - About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer's specific needs. CCS reserve the right to award a framework to any bidder whose final score is within 3% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-f72d46c7-ca51-470f-aae3-abbc579ef2e1

    Publication Source

    Contracts Finder

    Procurement Stage

    TenderAmendment

    Procurement Method

    Open

    Procurement Method Details

    Open Procedure (above Threshold)

    Procurement Category

    Services

    Tender Suitability

    SME VCSE

    Framework / DPS

    Framework

  • Contract Classification

    CPV Code(s)

    66121000
    66171000
    71241000
    72000000
    73000000
    79311410
    79400000

    CPV Division(s)

    66 - Financial and insurance services
    71 - Architectural, construction, engineering and inspection services
    72 - IT services: consulting, software development, Internet and support
    73 - Research and development services and related consultancy services
    79 - Business services: law, marketing, consulting, recruitment, printing and security

  • Awarding Authority

    CROWN COMMERCIAL SERVICE

    Buyer Name

    The Minister for the Cabinet Office acting through Crown Commercial Service

    Buyer Email

    supplier@crowncommercial.gov.uk

    Buyer Phone

    +44 3454102222

    Buyer Address

    9th Floor, The Capital, Old Hall Street

    Liverpool

    L3 9PP

    England


TenderAmendment

Management Consultancy Framework Four (MCF4)

CROWN COMMERCIAL SERVICE

  • Contract Timeline

    Publication Date

    14th November 2024 17:57:20 PM

    TenderAmendment Deadline

    9th January 2025 15:00:00 PM   Expired

  • Contract Summary

    Crown Commercial Service (CCS), hereby known as the Authority, is seeking to establish a multi-supplier Framework Contract for the supply of management consultancy including restructuring and insolvency services. Management Consultancy Framework Four (MCF4) (RM6309) will be 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 will replace Management Consultancy Framework Three (RM6187) and Restructuring and Insolvency Services (RM6269). MCF4 will have 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. Additional information: 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 - About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer's specific needs. CCS reserve the right to award a framework to any bidder whose final score is within 3% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-f72d46c7-ca51-470f-aae3-abbc579ef2e1

    Publication Source

    Contracts Finder

    Procurement Stage

    TenderAmendment

    Procurement Method

    Open

    Procurement Method Details

    Open Procedure (above Threshold)

    Procurement Category

    Services

    Tender Suitability

    SME VCSE

    Framework / DPS

    Framework

  • Contract Classification

    CPV Code(s)

    66121000
    66171000
    71241000
    72000000
    73000000
    79311410
    79400000

    CPV Division(s)

    66 - Financial and insurance services
    71 - Architectural, construction, engineering and inspection services
    72 - IT services: consulting, software development, Internet and support
    73 - Research and development services and related consultancy services
    79 - Business services: law, marketing, consulting, recruitment, printing and security

  • Awarding Authority

    CROWN COMMERCIAL SERVICE

    Buyer Name

    The Minister for the Cabinet Office acting through Crown Commercial Service

    Buyer Email

    supplier@crowncommercial.gov.uk

    Buyer Phone

    +44 3454102222

    Buyer Address

    9th Floor, The Capital, Old Hall Street

    Liverpool

    L3 9PP

    England


TenderAmendment

Management Consultancy Framework Four (MCF4)

CROWN COMMERCIAL SERVICE

  • Contract Timeline

    Publication Date

    14th November 2024 17:07:46 PM

    TenderAmendment Deadline

    9th January 2025 15:00:00 PM   Expired

  • Contract Summary

    Crown Commercial Service (CCS), hereby known as the Authority, is seeking to establish a multi-supplier Framework Contract for the supply of management consultancy including restructuring and insolvency services. Management Consultancy Framework Four (MCF4) (RM6309) will be 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 will replace Management Consultancy Framework Three (RM6187) and Restructuring and Insolvency Services (RM6269). MCF4 will have 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. Additional information: 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 - About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer's specific needs. CCS reserve the right to award a framework to any bidder whose final score is within 3% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-f72d46c7-ca51-470f-aae3-abbc579ef2e1

    Publication Source

    Contracts Finder

    Procurement Stage

    TenderAmendment

    Procurement Method

    Open

    Procurement Method Details

    Open Procedure (above Threshold)

    Procurement Category

    Services

    Tender Suitability

    SME VCSE

    Framework / DPS

    Framework

  • Contract Classification

    CPV Code(s)

    66121000
    66171000
    71241000
    72000000
    73000000
    79311410
    79400000

    CPV Division(s)

    66 - Financial and insurance services
    71 - Architectural, construction, engineering and inspection services
    72 - IT services: consulting, software development, Internet and support
    73 - Research and development services and related consultancy services
    79 - Business services: law, marketing, consulting, recruitment, printing and security

  • Awarding Authority

    CROWN COMMERCIAL SERVICE

    Buyer Name

    The Minister for the Cabinet Office acting through Crown Commercial Service

    Buyer Email

    supplier@crowncommercial.gov.uk

    Buyer Phone

    +44 3454102222

    Buyer Address

    9th Floor, The Capital, Old Hall Street

    Liverpool

    L3 9PP

    England


Tender

Management Consultancy Framework Four (MCF4)

CROWN COMMERCIAL SERVICE

  • Contract Timeline

    Publication Date

    8th November 2024 15:01:50 PM

    Tender Deadline

    9th January 2025 15:00:00 PM   Expired

  • Contract Summary

    Crown Commercial Service (CCS), hereby known as the Authority, is seeking to establish a multi-supplier Framework Contract for the supply of management consultancy including restructuring and insolvency services. Management Consultancy Framework Four (MCF4) (RM6309) will be 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 will replace Management Consultancy Framework Three (RM6187) and Restructuring and Insolvency Services (RM6269). MCF4 will have 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. Additional information: 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 - About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer's specific needs. CCS reserve the right to award a framework to any bidder whose final score is within 3% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-f72d46c7-ca51-470f-aae3-abbc579ef2e1

    Publication Source

    Contracts Finder

    Procurement Stage

    Tender

    Procurement Method

    Open

    Procurement Method Details

    Open Procedure (above Threshold)

    Procurement Category

    Services

    Tender Suitability

    SME VCSE

    Framework / DPS

    Framework

  • Contract Classification

    CPV Code(s)

    66121000
    66171000
    71241000
    72000000
    73000000
    79311410
    79400000

    CPV Division(s)

    66 - Financial and insurance services
    71 - Architectural, construction, engineering and inspection services
    72 - IT services: consulting, software development, Internet and support
    73 - Research and development services and related consultancy services
    79 - Business services: law, marketing, consulting, recruitment, printing and security

  • Awarding Authority

    CROWN COMMERCIAL SERVICE

    Buyer Name

    The Minister for the Cabinet Office acting through Crown Commercial Service

    Buyer Email

    supplier@crowncommercial.gov.uk

    Buyer Phone

    +44 3454102222

    Buyer Address

    9th Floor, The Capital, Old Hall Street

    Liverpool

    L3 9PP

    England


Planning

Management Consultancy Framework Four (MCF4)

CROWN COMMERCIAL SERVICE

  • Contract Timeline

    Publication Date

    31st August 2023 10:56:52 AM

  • Contract Summary

    Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative Agreement for the provision of Management Consultancy to be utilised by Central Government Departments and all other UK Public Sector Bodies, including but not limited to; Local Authorities, Health, Police, Fire and Rescue, Education, Charities, Third Sector, Housing Associations and Devolved Administrations. The purpose of this PIN is to provide advance notice that CCS is to consider undertaking a tendering exercise to set up a new commercial agreement. Once available the ITT documentation for this procurement may be freely accessed here: https://www.crowncommercial.gov.uk/agreements/RM6309 The lotting structure of this framework will be determined as a result of the market engagement. Additional information: CCS invites suggestions and feedback on the scope of RM6309 MCF4 including its lots and structure from the market. CCS will be running the first round of supplier engagement, consisting of a face to face session and identical virtual sessions. The face to face session will be limited to a maximum of 1 delegate per organisation. The places will be allocated on a first come first served basis. Details of the supplier engagement sessions and subsequent session(s) are included in the link below. https://www.crowncommercial.gov.uk/agreements/RM6309 Presentations will be made available after the session(s) on this page. Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk. 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. Services will be delivered primarily within the United Kingdom, with some limited requirements overseas. The value in II.1.5 is an indicative value over the lifetime of the framework (4 years). Link to agreement: https://www.crowncommercial.gov.uk/agreements/RM6309 The Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further 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 properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials compliant for the services under and in connection with the procurement. The service that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SENSITIVE. Bidders will be required to implement their solution in accordance with the Framework Agreement Schedule, "Security Requirement and Plan", to meet Framework Agreement requirements. This will be released at the ITT stage

  • Contract Details

    Open Contracting ID

    ocds-b5fd17-f72d46c7-ca51-470f-aae3-abbc579ef2e1

    Publication Source

    Contracts Finder

    Procurement Stage

    Planning

    Procurement Method

    Open

    Procurement Method Details

    Open Procedure (above Threshold)

    Procurement Category

    N/A

    Tender Suitability

    SME

    Framework / DPS

    Framework

  • Contract Classification

    CPV Code(s)

    79400000

    CPV Division(s)

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

  • Awarding Authority

    CROWN COMMERCIAL SERVICE

    Buyer Name

    The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)

    Buyer Email

    supplier@crowncommercial.gov.uk

    Buyer Phone

    +44 3450103503

    Buyer Address

    9th Floor Capital Building, Old Hall Street

    Liverpool

    L39PP

    England