Section one: Contracting authority
one.1) Name and addresses
Department for Energy Security and Net Zero
3-8 Whitehall Place
London
SW1A 2AW
Contact
Charlotte Finlay
internationalclimateandenergy.procurement@energysecurity.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-energy-security-and-net-zero
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://beisgroup.ukp.app.jaggaer.com/go/188260980194FB24BEB2
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/go/188260980194FB24BEB2
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
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Climate Innovation Pull Facility (CIPF) - Facility Manager - Invitation to Submit Initial Tenders
two.1.2) Main CPV code
- 75211200 - Foreign economic-aid-related services
two.1.3) Type of contract
Services
two.1.4) Short description
The UK Department of Energy Security and Net Zero is procuring a supplier to manage a new facility - the Climate Innovation Pull Facility (CIPF). Through pull finance, this facility will support innovation, scale up and market building for climate change mitigation solutions for developing country contexts, focusing on innovative clean energy technologies and business models in a small number of specific applications/sectors, where the evidence shows support is most needed.
In public innovation financing, "pull mechanisms" create incentives for innovators and other actors by creating viable market demand. They seek to reduce viability gaps and induce innovation by signalling demand for solutions to specific problems. Mechanisms often cited include Advanced Market Commitments, Results or Outcomes Based Financing, Prizes/Challenges, innovation bulk procurements, Contracts for Difference, among others. By contrast, much innovation support has to date utilised "push mechanisms" directly subsidising up-front R&D costs.
In terms of climate mitigation solutions, the CIPF will support the development of innovation projects aligned to Ayrton Fund themes: industrial decarbonisation, sustainable cooling, smart energy systems and storage and clean transport Further details of Ayrton Fund thematic challenges are set out on gov.uk.
The procurement of this requirement will be in two parts:
i) A contract for a Facility Manager to manage the programme and identify, incubate, commission and oversee 6-10 climate pull projects of £10m - £50m each. This contract will also cover programme monitoring and learning.
ii) A separate contract for an Independent Evaluator of the programme, who will conduct a mid-term and end-of-term evaluation of the programme’s achievement of its development objectives, theory of change and value for money. This procurement is subject to a separate procurement procedure.
The procurement for the Facility Manager is the focus of this notice and will be run as a competitive procedure with negotiation. This contract notice is to invite initial tenders from the market. Further details of the planned procurement process are provided in the procurement documents available on the DESNZ procurement portal at the above link.
The initial contract value is £183m over 5.5 years with options to extend by up to £317m and up to 3 additional years. Of the £183m initial contract value, at least £150m of this will be allocated for climate pull projects, the majority of which will be grant funding.
two.1.5) Estimated total value
Value excluding VAT: £500,000,000
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
The Facility Manager (FM)for CIPF will deliver the following services:
- An Implementation Period of 6 months from the Effective Date to set up the contract and develop programme level strategies and workplans. The most significant of these is the CIPF Portfolio Strategy which will detail the how the pull project portfolio will be identified and managed by the FM.
- A Pull Project Identification Period which runs from Month 7 to the end of Month 21 of the Contract. During this period the FM will work to identify and filter potential climate Pull Projects to deliver a recommendation to DESNZ for approval of diverse portfolio of climate pull projects to receive grant funding. The portfolio will made up of 6-10 projects valued between £10m and £45m in terms of the CIPF contribution. Detailed portfolio and project characteristics are provided in the Statement of Requirements. Project selection will follow a pre-determined process with projects maturing through a 3-stage selection process, with the DESNZ Steering Board approving at each stage including at the final Green Light decision point where funding is awarded.
- Pull project incubation support of up to £500,000 per project before the final approval stage. During project identification, the FM will deliver technical support to potential Pull Projects to support their readiness for approval. This may be delivered directly by the FM, subcontracted by the FM or provided as grant funding to the potential Pull Project depending on the project needs.
- Pull Project management where the FM will provide management and oversight of approved Pull Projects. This may include in-country presence and support with stakeholder engagement including FCDO teams at Post (High Commissions and Embassies) and local government stakeholders among others.
- Overall programme management, governance, monitoring and impact reporting for the programme.
- Knowledge management, learning and communications services to support the development and sharing of lessons learned with wider stakeholders.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
102
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 3
Objective criteria for choosing the limited number of candidates:
Candidates at the Initial Tender stage are NOT limited.
This procurement shall be subject to a shortlisting stage following evaluation of Initial Tenders. Bidders shall be subject to a down selection process, generating a shortlist of 3 Bidders who shall be taken through to subsequent negotiation and Final Tender stages. Details of the procurement process are stated in full in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The period of the agreement for the Climate Innovation Pull Facility (CIPF) Facility Manager is an initial term of 5.5 years (66 months), with extension options for a further 3 years (36 months) or any portion thereof.
Full details of all potential extension and modification options can be found in the procurement documents, specifically in Annex 1 of Contract Schedule 31 (Buyer Specific Terms).
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to the procurement documents.
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.2.2) Contract performance conditions
Please refer to the procurement documents.
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
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 2024/S 000-039651
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
9 April 2025
Local time
1:00pm
Changed to:
Date
31 July 2025
Local time
1:00pm
See the change notice.
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
Tender must be valid until: 9 April 2026
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Tenderers wishing to be considered must register their expression of interest and submit an Initial Tender through the department’s procurement portal at the above link. See procurement documents for more information.
All discussions, meetings, and communications will be conducted in English.
The contract will be subject to the laws of England and Wales.
Tender pricing and payments must be in GBP.
This procurement and award are subject to the UK Government transparency arrangements and is subject to the Freedom of information Act 2000.
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/hm-courts-and-tribunals-service