Section one: Contracting authority
one.1) Name and addresses
Foreign Commonwealth and Development Office
King Charles Street
London
SW1A 2AH
Contact
Adeleke Adio
Telephone
+44 2070080932
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
https://www.gov.uk/government/organisations/foreign-commonwealth-development-office
Buyer's address
https://fcdo.bravosolution.co.uk
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://fcdo.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://fcdo.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://fcdo.bravosolution.co.uk
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
https://fcdo.bravosolution.co.uk/
two.1.2) Main CPV code
- 75211200 - Foreign economic-aid-related services
two.1.3) Type of contract
Services
two.1.4) Short description
To help Bangladesh meet its clean energy target of 40% by 2041, The UK Government’s Foreign, Commonwealth and Development Office (FCDO) is seeking eligible organisation/s to design and deliver a programme of Technical Assistance to the Sustainable and Renewable Energy Development Authority (SREDA) and the Power Division of Ministry of Power, Energy and Mineral Resources (MoPEMR) in Bangladesh. This programme is aimed at strengthening SREDA’s/MoPEMR’s ability to perform their roles and provide support in the following areas:
1. Establishment of a ‘Data Assessment and Storage Facility’ in SREDA to support collection, storage, analysis and use of wind data and related information.
2. Development of policy and technical guidelines for the offshore wind sector in Bangladesh.
3. Capacity development on carbon pricing and trading for SREDA and Power Division officials.
4. Support Government of Bangladesh’s (GoB) agenda on transforming all irrigation pumps to solar irrigation pumps through a review of the existing models to propose a commercially viable model with some unified features to pilot in different geographical locations.
This TA is in line with the ambitions and commitments of Bangladesh’s draft Integrated Power Sector Master Plan 2023. This will also contribute to the Mujib Climate Prosperity Plan, the Nationally Determined Contribution targets on renewable energy, the Bangladesh Delta Plan 2100 (BDP 2100), the Perspective Plan 2021 to 2041 (PP 2041), and 8th Five Year Plan 2020 to 2025 (8FYP). The TA is part of FCDO’s Bangladesh Climate and Environment Programme (BCEP). BCEP was announced at COP26 and went live in January 2022. This programme will help deliver a more climate resilient, less carbon intensive and cleaner Bangladesh.
BCEP has a particular focus on supporting policy and regulatory frameworks on renewable energy and expansion of renewable energy options. It was designed to support technologies and infrastructure that can be expanded and integrated to the national grid; and explore to what extent new renewable resources can be scaled commercially. This TA is in line with BCEP’s ambition to enhance the policy and regulatory environment to increase share of renewable energy in the country’s energy mix.
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
- BD - Bangladesh
Main site or place of performance
Bangladesh
two.2.4) Description of the procurement
The scope of this work will include design and delivery of the support planned under this ToR. Given the breadth of the support, FCDO encourages bids from consortia, or a lead Supplier with delivery partners / sub-contractors with substantial expertise on each thematic area. FCDO will sign the contract with a lead Supplier. The Supplier will be liable to ensure coordination amongst all four components.
The Supplier will report to FCDO and will work in partnership with SREDA. The Supplier will need to work in close coordination with other relevant development partners (including Asian Development Bank, USAID, European Union and World Bank) on thematic areas to ensure the task remains relevant.
Parallel to this, FCDO will have Memorandum of Understandings (MoUs) in place with the Economic Relations Department and SREDA for this TA. There will be a governance mechanism developed in line with GoB and FCDO requirements on technical projects which is likely to include quarterly working group meetings and project steering committee meetings on bi-annual basis. The Supplier will have full knowledge and experience of working through the GoB systems and the various approval and reporting procedures. The Supplier will be responsible for ensuring approval requests are supported and processed by working closely with SREDA, the Economics Relations Division (ERD) and other relevant stakeholders. The Supplier will be expected to have a physical presence in Bangladesh and have associated partnerships with relevant organisations for the field-based pilot work under component 4 (solar irrigation pump)
i) Component 1: The Data Assessment and Storage Facility will include, but not be limited to, technical needs assessment, facility design and set up and maintenance. Advice on equipment, procurement, installation, training and support on operations, training workshops, development of guideline templates for review, review of learning, supervision of operation and monitoring will be critical parts of this component. This facility is expected to work as a knowledge hub for investors, researchers, project planners and decision makers and so understanding the needs of these different audiences will be important. SREDA will provide the space and staffing for the wind lab and FCDO will provide funding for hardware, software and training for the officials. The Supplier, in consultation with SREDA will agree on appropriate equipment required to function the lab. The service provider may need to lead on running the service for 12 to 18 months before capacity is fully developed with SREDA to independently operate.
ii) Component 2: The proposed offshore wind energy guideline will help project developers to design and implement projects according to the best practice of safety and risk management and Environmental Impact Assessment (EIA).
iii) Component 3: Capacity Development on Carbon Pricing and trading. FCDO expect that this component will consist of a combination of in-person and online trainings, sharing learning, exchange visits etc. The service provider will be expected develop a detailed plan in keeping with the need and UK’s expertise in this area.
iv) Component 4: Reviewing the existing solar irrigation pump models, including the draft unified model developed by SREDA, to recommend a commercially viable approach with unified features covering both on-grid and off-grid mechanisms. The recommended model will be subsequently piloted in different geographical locations in Bangladesh. This component will be divided in two phases. Phase 1 will involve a review of the existing solar irrigation models. Currently, there are 6 different models in the market. As the regulatory authority, SREDA is interested in having a unified model of solar irrigation pumps to enable the same service to be offered to the end user. SREDA have already developed a model focusing on un-interrupted service to the end user. Part of this intervention will review the draft model
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
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for 24 months
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-022554
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 March 2024
Local time
8:00am
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
4 March 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
To access the tender documents, please login or register to FCDO's eTendering Portal https://fcdo.bravosolution.co.uk. If you have any technical issues with the Portal, please call the eTendering helpdesk: +44 0203 868 2859 or use the "Call me Back!" functionality (recommended, especially if contacting from outside of UK). Any issues with accessing the tender documents should also be reported to Adeleke.Adio@fcdo.gov.uk. Any queries related to the subject of this tender must be sent via the messaging function for itt_6149 Technical Assistance to Sustainable Renewable Energy Development Authority (SREDA) in Bangladesh).
six.4) Procedures for review
six.4.1) Review body
FCDO
London
Country
United Kingdom