Tender

Climate Finance Accelerator (CFA) 2 Global Delivery Partner

  • Department for Energy Security and Net Zero

F02: Contract notice

Notice identifier: 2024/S 000-019726

Procurement identifier (OCID): ocds-h6vhtk-045123

Published 27 June 2024, 5:03pm



Section one: Contracting authority

one.1) Name and addresses

Department for Energy Security and Net Zero

3-8 Whitehall Place

London

SW1A 2EG

Contact

Charlotte Finlay

Email

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.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://beisgroup.ukp.app.jaggaer.com/go/9541816701905A48C8C4

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/9541816701905A48C8C4

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

Climate Finance Accelerator (CFA) 2 Global Delivery Partner

Reference number

prj_1830

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 Climate Finance Accelerator is part of the UK’s efforts to support climate action at scale by improving the quality of emerging green businesses and initiatives in Emerging Markets and Developing Economies and matches them to relevant investors. It also fosters action to address relevant policy and regulatory barriers.

So far, under the current £12.4m phase of the programme, nearly 200 projects have been supported across ten countries. The first 30 of these projects have progressed to close deals worth $344m.

The CFA is funded by UK Government’s Department for Energy Security and Net Zero (DESNZ), under the International Climate Finance (ICF) portfolio, as part of the UK Government's £11.6 billion commitment to support ODA-eligible countries to respond to the challenges and opportunities of climate change.

DESNZ is procuring the next phase of the programme. The second phase of CFA (CFA 2) is expected to support at least 800 projects in 16 countries.

The initial contract term will be 5 years. The value of the 5 year initial term is £38.75m with modification options of up to £50.40m, totalling up to £89.15m for the 5 year initial term.

The contract will have options to extend up to 3 years or any portion of 3 years, with further modification options of up to £72.60m. With all modifications and extensions included, the maximum potential total contract value is £161.75m.

two.1.5) Estimated total value

Value excluding VAT: £161,750,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 75211200 - Foreign economic-aid-related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Department is looking to commission a Global Delivery Partner for CFA 2 to manage, oversee and deliver the programme. The programme will provide technical support to minimum 800 projects across 16 countries.

CFA 2 aims to increase the flow of predominantly private sector climate finance to support low-carbon climate resilient projects with sustainable development benefits and, in doing so, support the implementation of supported countries’ climate mitigation efforts. To meet this objective, CFA 2 will develop a high-volume pipeline of bankable projects in EMDEs that dovetail with upstream progress to enable the investment environment. Working closely with investors, CFA 2 will increase investor interest and appetite to engage with and invest in low-carbon projects in supported countries.

The elements of the Statement of Requirements are listed below:

Workstream A: Global management and oversight

1) Element 1 - Establishment of global operations

2) Element 2 - Confirmation of country delivery approach

3) Element 3 - Stakeholder management

4) Element 4 - Regional and UK events

5) Element 5 - Knowledge products and sharing

6) Element 6 - Monitoring and Evaluation

7) Element 7 - Reporting

8) Element 8 - Programme management and governance

Workstream B: Country delivery and project support

9) Element 9 - Landscape review and establishment of country operations

10) Element 10 - Project selection

11) Element 11 - Provision of project specific support

12) Element 12 - Sustainable embedding of the CFA markers within local financial ecosystems

The possible modification options listed below provide options to support CFA's Theory of Change during contract delivery and do not represent a commitment from DESNZ at this time but may be integrated into the contract over the contract term. All options are subject to further governance controls, contract performance and the continuing needs of the contract.

1. 'Platform' delivery: enabling other UK government budget holders (e.g., FCDO) to secure CFA outputs in other countries where they are additional to the scope of the DESNZ business case.

2. Change in country prioritisation: flexibility to change CFA-supported countries in response to emergent threats and opportunities.

3. Contract extension to enable sustainable exit: flexibility to extend delivery in countries where embedding is likely to occur in the near future but the country does not have sufficient budget allocated.

4. Extension of CFA in existing countries: where CFA has demonstrable success, further funding could be made available to support a higher number of projects or to provide deeper capacity building support.

5. Expansion of technical assistance to financial institutions and other in-country investment vehicles: Boosting CFA's impact by expanding provision of support to relevant CFA stakeholders.

6. Technical support provided for additional sectors: Boosting CFA's impact by expanding provision of support to new sectors.

7. Enhanced direct offer to alumni projects to unlock investment opportunities: deeper support could include awarding grant funding, providing intermediation services, or supporting a deeper online presence to showcase deal opportunities.

Questions relating to this tender should be submitted via the Jaggaer portal only.

Procurement documents should be accessed at this link: https://beisgroup.ukp.app.jaggaer.com/go/9541816701905A48C8C4

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: £161,750,000

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

Start date

31 January 2025

End date

31 January 2030

This contract is subject to renewal

Yes

Description of renewals

Detailed modification options are provided in the tender pack. There are modification options of up to £50.40m during the initial term. The contract term will have extensions of up to, or any portion of, 3 years. There are modification options of up to £72.60m during the extension period. With all modifications and extensions included, the maximum potential total contract value is up to £161.75m.

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: 2024/S 000-011663

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

Date

26 September 2024

Local time

1:00pm

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: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

26 September 2024

Local time

1:00pm


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

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit