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
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/06154793018BD7FB684B
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/06154793018BD7FB684B
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
Clean Energy Innovation Facility (CEIF) Platform Monitoring, Evaluation and Learning (MEL) and Research Partner
Reference number
GB-GOV-13-ICF-0037-ext1-CEIF / ITT_1256
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 Clean Energy Innovation Facility (CEIF) was established in 2019 and aims to accelerate the commercialisation of innovative clean energy technologies in developing countries. It is funded through Official Development Assistance (ODA) and is part of the UK’s international climate finance commitment. CEIF contributed towards the UK’s Mission Innovation
commitment to double spending on energy innovation in 2020/2021 and contributes towards the UK’s Ayrton Fund commitment to support clean energy innovation in developing countries. It supports research, development and demonstration activities for innovative clean energy technologies for industrial decarbonisation, sustainable cooling, energy storage and smart energy in ODA-eligible countries, such as planning and implementing pilot projects, capacity building for innovators and producing analytical products.
The Department is procuring a Monitoring, Evaluation and Learning (MEL) Partner for CEIF-related programmes.
two.1.5) Estimated total value
Value excluding VAT: £3,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 73210000 - Research consultancy 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 Monitoring, Evaluation and Learning Partner for CEIF-related programmes.
Scope:
o The monitoring, evaluation and learning partner will be commissioned to provide three initial research outputs for CEIF and provide support with active dissemination and learning activities (including monitoring the effectiveness of those dissemination activities) and delivering additional ad-hoc research products and monitoring activities.
o Evaluation outputs will include a minimum of 2 evaluations of programmes under the CEIF umbrella, covering process and impact evaluations and value for money assessment.
o The process evaluation components will generate learning and recommendations for improvement, including management, strategy, governance and MEL.
o The impact evaluation components will assess the outcomes and impacts of delivery, test the validity of the theory of change, generate learning and recommendations for future work..
o Cross-cutting themes will include assessment of SDG co-benefits and Gender Equality and Social Inclusion (GESI), considering how co-benefits have been generated and the management processes.
o The value for money assessment will undertake analysis using the HMG 4E’s approach-Economy, Efficiency, Effectiveness, Equity.
o A third output comprises of a landscape review and analysis of other climate innovation portfolios and programmes focused on developing countries, particularly those established by other donor countries (not limited to clean energy or to UK-funded programmes) to provide lessons learned and recommendations to input into CEIF.
o Flexibility is built into the contract to allow the Department to request additional adhoc outputs relating to the above scope as needs arise over the duration of the contract.
Deliverables: There are three core deliverables comprising of two evaluation reports and one landscape review/evidence synthesis report. In addition to this we would expect an inception report to be provided during the scoping phase for each evaluation and dissemination materials such as powerpoints and concise summaries to be produced.
Delivery timeline: The first evaluation will likely be delivered in late-2024, the landscape review in late-2024 and the second evaluation in 2029. In the interim years the MEL partner may be commissioned to produce additional ad-hoc outputs and will be involved in learning elements such as lessons learned workshops and dissemination events.
Geographical focus: CEIF has a global reach, spending ODA in Africa, Latin America and Asia-Pacific.
Please access the tender documents here: https://beisgroup.ukp.app.jaggaer.com/go/06154793018BD7FB684B
Questions relating to this tender should be submitted via the jaggaer portal only.
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: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2024
End date
30 September 2031
This contract is subject to renewal
Yes
Description of renewals
The total potential contract value including modification options is £3 million. The initial contract will be for £1.5 million.
The total potential contract duration is to September 2031. The initial contract will be to September 2029. The maximum duration of any extension is up to an additional 24 months to September 2031.
Detailed modification options are provided in the tender pack.
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.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.2.2) Time limit for receipt of tenders or requests to participate
Date
24 January 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: 5 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 January 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
Department for Energy Security and Net Zero - Commercial Team
3-8 Whitehall Place
London
SW1A 2EG
internationalclimateandenergy.procurement@energysecurity.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/department-for-energy-security-and-net-zero