Tender

Link to tender

  • DESNZ

F02: Contract notice

Notice identifier: 2025/S 000-001997

Procurement identifier (OCID): ocds-h6vhtk-04d4f4

Published 21 January 2025, 11:43am



Section one: Contracting authority

one.1) Name and addresses

DESNZ

London

Email

internationalclimateandenergy.procurement@energysecurity.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://beisgroup.ukp.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=59347

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://beisgroup.ukp.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=59347

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://beisgroup.ukp.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=59347

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Link to tender

two.1.2) Main CPV code

  • 79212000 - Auditing services

two.1.3) Type of contract

Services

two.1.4) Short description

Call off competition using CCS Framework RM6188: Audit & Assurance Services Framework. The initial contract value is £2.5m for 2 years with option to extend by a further two years and a value of £2.5m.

The Department for Energy Security, and Net Zero (DESNZ) requires a Supplier to undertake the following on an ad hoc basis:

Due Diligence Assessments (DDA), as explained in paragraph 3.1, of those organisations selected by Defra and FCDO to deliver new projects for DESNZ International Climate Finance (ICF), Defra ICF, FCDO ICF, and Overseas Development Assistance (ODA) programming.

Central Assurance Assessments (CAA), of those organisations selected by DESNZ, Defra and FCDO to deliver new projects for these organisations’ ICF and ODA programming.

Headquarter Assessments (HQA), of those organisations selected by DESNZ, Defra and FCDO to deliver new projects for these organisations’ ICF and ODA programming.

Adverse media and reputational risk assessment of those organisations or individuals selected by DESNZ, Defra or FCDO.

DESNZ has an existing contract with a supplier for delivery with a similar scope of works as this procurement, which will expire in January 2025. The requirement procured through this competition is for the above services to be delivered over a new two-year period with two possible one-year extension at the same rates provided during Tendering.

DDAs help inform the decision on the suitability of an organisation as a partner to deliver programme or project objectives, and whether DESNZ, Defra, and FCDO's accounting officers are sufficiently protected in relation to the use of public funds. DDAs inform the decisions on the appropriateness of the organisation, their expected effectiveness, their capacity and capability, the risk of failure to deliver, and if necessary, mitigating actions that can be taken.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Call off competition using CCS Framework RM6188: Audit & Assurance Services Framework. The initial contract value is £2.5m for 2 years with option to extend by a further two years and a value of £2.5m.

The Department for Energy Security, and Net Zero (DESNZ) requires a Supplier to undertake the following on an ad hoc basis:

Due Diligence Assessments (DDA), as explained in paragraph 3.1, of those organisations selected by Defra and FCDO to deliver new projects for DESNZ International Climate Finance (ICF), Defra ICF, FCDO ICF, and Overseas Development Assistance (ODA) programming.

Central Assurance Assessments (CAA), of those organisations selected by DESNZ, Defra and FCDO to deliver new projects for these organisations’ ICF and ODA programming.

Headquarter Assessments (HQA), of those organisations selected by DESNZ, Defra and FCDO to deliver new projects for these organisations’ ICF and ODA programming.

Adverse media and reputational risk assessment of those organisations or individuals selected by DESNZ, Defra or FCDO.

DESNZ has an existing contract with a supplier for delivery with a similar scope of works as this procurement, which will expire in January 2025. The requirement procured through this competition is for the above services to be delivered over a new two-year period with two possible one-year extension at the same rates provided during Tendering.

DDAs help inform the decision on the suitability of an organisation as a partner to deliver programme or project objectives, and whether DESNZ, Defra, and FCDO's accounting officers are sufficiently protected in relation to the use of public funds. DDAs inform the decisions on the appropriateness of the organisation, their expected effectiveness, their capacity and capability, the risk of failure to deliver, and if necessary, mitigating actions that can be taken.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £5,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Two optional 1-year extensions.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 26

Objective criteria for choosing the limited number of candidates:

Restricted to Lot 4 of the Audit & Assurance Services (A&AS) (RM6188).

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

17 February 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Cabinet Office

London

Country

United Kingdom