Notice Information
Notice Title
Financial Services Framework
Notice Description
This is a framework for the provision of financial services to include the following: Lot 1 - Financial Advice and Support, Lot 2 - Tax Advice, Lot 3 - Audit Services. The framework period will be for 3 years with the option to extend for an additional year. Suppliers that meet the conditions of participation and the minimum score threshold will be awarded this framework agreement to a maximum of 8 companies per Lot. The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity
Lot Information
Financial Advice and Support
This will include the following areas: Business planning for both public and private sector organisations, including the Council. Advice on the development and review of business cases. Financial modelling, including cost benefit analysis External funding issues, including grants and sponsorship. Best Value. Financial implications of pensions and guarantees Reactive and specific financial advice and support Business valuation and evaluation. Due diligence. Financial and Funding Advisory Services
Renewal: As per section 47 of the Procurement Act 2023, the maximum term for a standard framework will be 4 years. Any extension will be reviewed for the framework period and will be dependent on the supplier(s) ability to maintain tendered offer.
Tax Advisory ServicesThis will include the following areas: Taxation - Including VAT, Corporation and other taxation issues.
Renewal: As per section 47 of the Procurement Act 2023, the maximum term for a standard framework will be 4 years. Any extension will be reviewed for the framework period and will be dependent on the supplier(s) ability to maintain tendered offer.
Audit ServicesExternal Audit Services This will include the following areas: Services to companies, charities, trusts and other organisations associated with the Council. (This service specifically excludes services to the Council itself) Internal Audit Services Provision of audit assignments, reviews and consultancy in a range of areas that could include: Procurement, Contracting, and Commissioning Education and schools Financial systems Governance Counter Fraud and Investigation Information and Communications Technology Risk and Assurance Management
Renewal: As per section 47 of the Procurement Act 2023, the maximum term for a standard framework will be 4 years. Any extension will be reviewed for the framework period and will be dependent on the supplier(s) ability to maintain tendered offer.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0657da
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/015121-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
66 - Financial and insurance services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
66000000 - Financial and insurance services
79212000 - Auditing services
Notice Value(s)
- Tender Value
- £2,800,000 £1M-£10M
- Lots Value
- £2,800,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Feb 20264 days ago
- Submission Deadline
- 16 Mar 20263 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 30 Jul 2026 - 30 Jul 2029 3-4 years
- Recurrence
- 2030-02-01
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MANCHESTER CITY COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@manchester.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- MANCHESTER
- Postcode
- M60 2LA
- Post Town
- Manchester
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD3 Greater Manchester
- Small Region (ITL 3)
- TLD33 Manchester
- Delivery Location
- TLD33 Manchester
-
- Local Authority
- Manchester
- Electoral Ward
- Piccadilly
- Westminster Constituency
- Manchester Central
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/015121-2026
19th February 2026 - Tender notice on Find a Tender -
www.the-chest.org.uk
The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity. Applicants will need to electronically submit their completed tender documents, including procurement specific questionnaire, via the on-line portal by 11am on Monday, 16th March 2026 as referred to in the tender documentation. Any clarification queries must also be submitted via the Chest website by the date referred to in the tender documentation.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-0657da-2026-02-19T10:54:43Z",
"date": "2026-02-19T10:54:43Z",
"ocid": "ocds-h6vhtk-0657da",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PLNV-8798-LDMP",
"name": "Manchester City Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PLNV-8798-LDMP"
},
"address": {
"streetAddress": "Town Hall Extension",
"locality": "Manchester",
"postalCode": "M60 2LA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD33"
},
"contactPoint": {
"email": "procurement@manchester.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.manchester.gov.uk/",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PLNV-8798-LDMP",
"name": "Manchester City Council"
},
"tender": {
"id": "P-0832",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Financial Services Framework",
"description": "This is a framework for the provision of financial services to include the following: Lot 1 - Financial Advice and Support, Lot 2 - Tax Advice, Lot 3 - Audit Services. The framework period will be for 3 years with the option to extend for an additional year. Suppliers that meet the conditions of participation and the minimum score threshold will be awarded this framework agreement to a maximum of 8 companies per Lot. The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "66000000",
"description": "Financial and insurance services"
}
],
"deliveryAddresses": [
{
"region": "UKD33",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "66000000",
"description": "Financial and insurance services"
}
],
"deliveryAddresses": [
{
"region": "UKD33",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "66000000",
"description": "Financial and insurance services"
},
{
"scheme": "CPV",
"id": "79212000",
"description": "Auditing services"
}
],
"deliveryAddresses": [
{
"region": "UKD33",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3"
}
],
"value": {
"amountGross": 3360000,
"amount": 2800000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 24,
"method": "withAndWithoutReopeningCompetition",
"type": "open",
"buyerCategories": "This Framework is open to and may be used by other Association of Greater Manchester Authorities (AGMA) and its associate members, and Manchester Partners. This includes the following Councils: Bolton, Stockport, Tameside, Oldham, Trafford, Rochdale, Bury, Salford, Wigan, Blackburn with Darwen BC, Blackpool, Cheshire East, Warrington, Greater Manchester Fire and Rescue Authority, Greater Manchester Police Authority, Greater Manchester Waste Disposal Authority, Manchester Central Convention Complex, Commission for New Economy, Greater Manchester Passenger Transport Executive (TfGM), Transport for Greater Manchester, Greater Manchester Combined Authority, and the Integrated Transport Authority.",
"description": "This framework will allow Manchester City Council to call off contracts either by a competitive selection process or Direct Award without competition. Competitive Selection (mini competition). When the framework agreement does not include all the terms governing the provision of the services concerned, the contracting authority must organise a further competition between the providers which are party to the framework agreement. It is intended that further competitions will be used when: There is sufficient time to run a competitive procedure that it would not be prejudicial to the council's interests. Where further competition is the chosen route, all providers awarded under the framework will be invited to participate, unless it is clear that particular firms cannot meet the specific needs. The call-off procurement document will describe the requirement and tell bidders the basis on which evaluation the offers will be made (e.g., price, quality, social value and environment, together with an indication of the relative importance of these criteria). The Evaluation Criteria Price, Quality, 20% Social Value and 10% Environment will remain unchanged in evaluating further competition. The weightings for Price and Quality criteria may differ to the original tender. Criteria used for a further competition may differ from the award criteria used to set up the framework if they are related to (i.e. derive from) the original award criteria. Bidders will be allowed sufficient time to prepare and submit their quotations. All documentation issued for further competition must refer to Manchester's Framework P-0832 in the invite to tender documents*. Call-off contracts may be awarded following a competitive selection process after the expiration of the framework, provided the competitive selection process started prior to this. Direct award without competition. If the framework agreement sets out all the terms governing the provision of the, services concerned and all the objective conditions that are required to make a decision for award of the specific contract, then awarding the contract without re-opening competition amongst the parties to the framework agreement may be used. In this instance, the choice of provider must be based on the objective criteria laid out in the procurement documentation. It is intended that direct awards will be available when: The time needed to run a further competition exercise would be prejudicial to the Council's interests. Where direct award is the chosen route, the highest-ranking organisation from this tender exercise will be asked to confirm their availability to fulfil the councils Financial Services requirement. If there are Financial Services requirements that are not fulfilled by the highest-ranking organisation, the same process will be carried out with the next highest-ranking organisation. (This will continue until the council's requirements are met). It is in the council's view that TUPE may be applicable to these call-off contracts",
"buyerLocationRestrictions": [
{
"gazetteer": {
"scheme": "GB-ITL",
"identifiers": [
"UKD"
]
}
}
]
}
},
"submissionMethodDetails": "The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity. Applicants will need to electronically submit their completed tender documents, including procurement specific questionnaire, via the on-line portal by 11am on Monday, 16th March 2026 as referred to in the tender documentation. Any clarification queries must also be submitted via the Chest website by the date referred to in the tender documentation.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-03-16T11:00:00Z"
},
"enquiryPeriod": {
"endDate": "2026-03-09T23:59:59Z"
},
"awardPeriod": {
"endDate": "2026-07-01T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"title": "Financial Advice and Support",
"description": "This will include the following areas: Business planning for both public and private sector organisations, including the Council. Advice on the development and review of business cases. Financial modelling, including cost benefit analysis External funding issues, including grants and sponsorship. Best Value. Financial implications of pensions and guarantees Reactive and specific financial advice and support Business valuation and evaluation. Due diligence. Financial and Funding Advisory Services",
"status": "active",
"value": {
"amountGross": 2400000,
"amount": 2000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 45,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 25,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Zero Carbon & Environment",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "See tender documents."
},
{
"type": "technical",
"description": "See tender documents."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-07-31T00:00:00+01:00",
"endDate": "2029-07-30T23:59:59+01:00",
"maxExtentDate": "2030-07-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "As per section 47 of the Procurement Act 2023, the maximum term for a standard framework will be 4 years. Any extension will be reviewed for the framework period and will be dependent on the supplier(s) ability to maintain tendered offer."
}
},
{
"id": "2",
"title": "Tax Advisory Services",
"description": "This will include the following areas: Taxation - Including VAT, Corporation and other taxation issues.",
"status": "active",
"value": {
"amountGross": 480000,
"amount": 400000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 45,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 25,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Zero Carbon & Environment",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "See tender documents."
},
{
"type": "technical",
"description": "See tender documents."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-07-31T00:00:00+01:00",
"endDate": "2029-07-30T23:59:59+01:00",
"maxExtentDate": "2030-07-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "As per section 47 of the Procurement Act 2023, the maximum term for a standard framework will be 4 years. Any extension will be reviewed for the framework period and will be dependent on the supplier(s) ability to maintain tendered offer."
}
},
{
"id": "3",
"title": "Audit Services",
"description": "External Audit Services This will include the following areas: Services to companies, charities, trusts and other organisations associated with the Council. (This service specifically excludes services to the Council itself) Internal Audit Services Provision of audit assignments, reviews and consultancy in a range of areas that could include: Procurement, Contracting, and Commissioning Education and schools Financial systems Governance Counter Fraud and Investigation Information and Communications Technology Risk and Assurance Management",
"status": "active",
"value": {
"amountGross": 480000,
"amount": 400000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 45,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 25,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Zero Carbon & Environment",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "See tender documents."
},
{
"type": "technical",
"description": "See tender documents."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-07-31T00:00:00+01:00",
"endDate": "2029-07-30T23:59:59+01:00",
"maxExtentDate": "2030-07-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "As per section 47 of the Procurement Act 2023, the maximum term for a standard framework will be 4 years. Any extension will be reviewed for the framework period and will be dependent on the supplier(s) ability to maintain tendered offer."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "L-1",
"documentType": "biddingDocuments",
"description": "The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity. Applicants will need to electronically submit their completed tender documents, including procurement specific questionnaire, via the on-line portal by 11am on Monday, 16th March 2026 as referred to in the tender documentation. Any clarification queries must also be submitted via the Chest website by the date referred to in the tender documentation.",
"url": "www.the-chest.org.uk"
},
{
"id": "L-2",
"documentType": "biddingDocuments",
"description": "Link to advert.",
"url": "https://procontract.due-north.com/Advert?advertId=5ca98425-050d-f111-813c-005056b64545&fromProjectDashboard=True"
},
{
"id": "015121-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/015121-2026",
"datePublished": "2026-02-19T10:54:43Z",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2030-02-01T23:59:59Z"
}
]
}
},
"language": "en"
}