Management Consultancy Framework Four (MCF4)
Access advice for a range of specialisms including business, strategy, policy, infrastructure, procurement and health and social care.
For a more detailed description of the service lines provided under each lot, read the lot description document.
This agreement will run for 2 years with no option to extend.
- wide range of suppliers from small and medium-sized enterprise (SMEs) to large multinationals
- all suppliers are cyber essentials accredited
- standard terms and conditions
- customer guidance and templates
- choice of pricing models including: time and materials (T&M), fixed or risk and reward
- the support of a dedicated and knowledgeable contract management team
Carbon Reduction
All suppliers have committed to comply with Procurement Policy Note 006, ‘Taking account of Carbon Reduction Plans in the procurement of major government contracts’ as required. If a supplier is required to publish a carbon reduction plan, you can find it on their individual supplier details page.
There are 219 suppliers on this agreement
- Lot 1: Business
-
Expires:
- Lot 2: Strategy and policy
-
Expires:
- Lot 3: Complex and transformation
-
Expires:
- Lot 4: Finance
-
Expires:
- Lot 5: HR
-
Expires:
- Lot 6: Procurement and supply chain
-
Expires:
- Lot 7: Health, social care and community
-
Expires:
- Lot 8: Infrastructure
-
Expires:
- Lot 9: Environment and sustainability
-
Expires:
- Lot 10: Restructuring and insolvency
-
Expires:
Before using this agreement read the buyer guide.
Further competition is the standard route to market under this agreement.
However, direct award can be used for specific circumstances. Get legal advice to ensure direct award is the right approach for your requirement. It is the buyers responsibility to justify this route to market.
For more details, read the Framework schedule 7 – Call-Off award procedure.
Further Competition
You can either use your own eSourcing system or you can use our eSourcing portal to run your further competition. Register an account if it is your first time using the eSourcing suite.
To run a further competition you will need to:
1. Define your needs using the T2 attachment 3 Statement of requirements template.
2. Identify which lot is most suitable for your needs.
3. Develop your tender documents.
4. Identify suppliers capable of meeting your needs, to do this you can use the digital filtering tool.
5. Set a timeline for your buying process.
6. Issue an Expression of Interest (EOI) – (optional).
7. Issue tender to all agreement suppliers identified using the digital filtering tool.
8. Evaluate supplier responses.
9. Award a contract to the successful supplier and notify unsuccessful suppliers.
10. You can include a 10 day standstill period before awarding the contract – (optional).
Call-off agreement
When awarding a contract you should complete Framework schedule 6: Call-Off order form or Framework schedule 6a short order form.
As the buyer you need to decide which order form is right for your call-off contract.
Use Framework schedule 6: Call-Off order form to amend the standard PSC or if your requirement is going to be £5m or over.
For information on completing the call-off order form and schedules read “How to use contractual documents”.
Framework Schedule 6a: Short order form should be used for simple requirements under the value of £5 million, (including extensions).
We have included a number of schedules that may apply to orders placed using the short order form, read the Order form guide for more information.
Agreement pricing request
You can view the pricing through the digital filtering tool, where you will find individual supplier rates.
Updates
Crown Commercial Service (CCS) became Government Commercial Agency (GCA) on 1 April 2026. Documents published before this date may still refer to CCS. All contract documents remain valid for existing and new contracts, and there are no changes to how you work with us.
Documents
- RM6309 - Buyer Guide PCR2015
- RM6309 - Order form guide
- RM6309 - How to use contractual documents
- RM6309 - Lot descriptions
- RM6309 - Core terms
- RM6309 - Call-Off Schedule 1: Transparency Reports
- RM6309 - Call-Off Schedule 2: Staff Transfer
- RM6309 - Call-Off Schedule 3: Continuous Improvement
- RM6309 - Call-Off Schedule 4: Call-Off Tender
- RM6309 - Call-Off Schedule 5: Pricing Details
- RM6309 - Call-Off Schedule 6: ICT Services
- RM6309 - Call-Off Schedule 7: Key Supplier Staff
- RM6309 - Call-Off Schedule 8: Business Continuity and Disaster Recovery
- RM6309 - Call-Off Schedule 9: Security
- RM6309 - Call-Off Schedule 10: Exit Management
- RM6309 - Call-Off Schedule 12: Clustering
- RM6309 - Call-Off Schedule 13: Implementation Plan and Testing
- RM6309 - Call-Off Schedule 14: Service Levels
- RM6309 - Call-Off Schedule 15: Call Off Contract Management
- RM6309 - Call-Off Schedule 16: Benchmarking
- RM6309 - Call-Off Schedule 17: MOD Terms
- RM6309 - Call-Off Schedule 18: Background Checks
- RM6309 - Call-Off Schedule 19: Scottish Law
- RM6309 - Call-Off Schedule 20: Specification
- RM6309 - Call-Off Schedule 21: Northern Ireland Law
- RM6309 - Call-Off Schedule 23: HMRC Terms
- RM6309 - Call-Off Schedule 24: Corporate Resolution Planning
- RM6309 - Framework Schedule 1: Specification
- RM6309 - Framework Schedule 2: Framework Tender
- RM6309 - Framework Schedule 3: Framework Prices
- RM6309 - Framework Schedule 4: Framework Management
- RM6309 - Framework Schedule 5: Management Charges & Information
- RM6309 - Framework Schedule 6: (Order Form Template and Call-Off Schedules)
- RM6309 - Framework Schedule 6a: (Short Order Form Template and Call-Off Schedules)
- RM6309 - Framework Schedule 7: Call-Off Award Procedure
- RM6309 - Framework Schedule 8: Self Audit Certificate
- RM6309 - Framework Schedule 9: Cyber Essentials Scheme
- RM6309 - Joint Schedule 1: Definitions
- RM6309 - Joint Schedule 2: Variation Form
- RM6309 - Joint Schedule 3: Insurance Requirements
- RM6309 - Joint Schedule 4: Commercially Sensitive Information
- RM6309 - Joint Schedule 5: Corporate Social Responsibility
- RM6309 - Joint Schedule 6: Key Subcontractors
- RM6309 - Joint Schedule 7: Financial Difficulties
- RM6309 - Joint Schedule 8: Guarantee for PSC
- RM6309 - Joint Schedule 9: Minimum Standards of Reliability
- RM6309 - Joint Schedule 10: Rectification Plan
- RM6309 - Joint Schedule 11: Processing Data
- RM6309 - Joint Schedule 12: Supply Chain Visibility
- RM6309 - T1: Expression of Interest
- RM6309 Attachment 3: statement of requirements
- RM6309 - T3: Request for Information
- RM6309 - T4: Attachment 1 - About the Procurement
- RM6309 - T5: Attachment 2 - How to Bid including Evaluation Criteria
- RM6309 - T6: Attachment 4 - Pricing Schedule
- RM6309 - T7: Clarification Questions Log
- RM6309 - T8: Evaluator Competency Profile
- RM6309 - T9: Evaluator Conflict of Interest
- RM6309 - T10a: Award Letter
- RM6309 - T10b: Unsuccessful Letter
- RM6309 - T11: Notification CCS of Non-compliance
- RM6309 - Grade Definitions
- RM6309 - CPV
- RM6309 Framework award form