Section one: Contracting authority
one.1) Name and addresses
DESNZ
London
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