Section one: Contracting authority
one.1) Name and addresses
DESNZ & DSIT Group Commercial
3-8 Whitehall Place
London
SW1A 2EG
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/4090869601931BC7D541
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/4090869601931BC7D541
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 - Evaluation Partner
two.1.2) Main CPV code
- 75211200 - Foreign economic-aid-related services
two.1.3) Type of contract
Services
two.1.4) Short description
This procurement exercise aims to source a supplier to act as an Evaluation Partner for CFA 2. Evaluation activities are essential given the continued evolution, enlarged scope, and expanded duration of CFA, which increases the opportunities to build and share the evidence base for capacity building programs. Climate accelerator programs are increasing in number, though CFA continues to be differentiated in its ability to link entrepreneurs with public and private stakeholders across multiple sectors, geographies, and project types, and its focus on more mature projects that are seeking commercial investment rather than earlier-stage projects seeking pre-seed support. Opportunities to test the CFA relevance and additionality in a dynamic climate finance landscape will be key to its continued relevance, impact, and value.
This requirement is being sourced via the Open procedure under PCR (2015).
The contract is estimated to commence in June 2025 and end in December 2029.
The contract value will be up to £1,000,000 excluding UK VAT but including all other taxes.
There is an option to extend, by an additional 36 months and £3,050,000 excluding UK VAT but including all other taxes. Bringing the maximum potential contract value to £4,050,000 excluding UK VAT but including all other taxes.
Please register on our e-sourcing tool Jaggaer: https://beisgroup.ukp.app.jaggaer.com to participate in the tendering exercise.
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 Climate Finance Accelerator (CFA) is part of the UK Government's efforts to support climate action at scale. The program seeks to improve 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.
Since 2020, the CFA has supported 233 projects across 10 countries, with the first 50 securing deals worth over $400m. The Department for Energy Security and Net Zero (DESNZ) is currently procuring a Global Supplier to deliver the next five-year phase of the CFA (CFA 2), which is expected to support at least a further 800 projects in 16 countries.
This procurement exercise aims to source a supplier to act as an Evaluation Partner for CFA 2. Evaluation activities are essential given the continued evolution, enlarged scope, and expanded duration of CFA, which increases the opportunities to build and share the evidence base for capacity building programs. Climate accelerator programs are increasing in number, though CFA continues to be differentiated in its ability to link entrepreneurs with public and private stakeholders across multiple sectors, geographies, and project types, and its focus on more mature projects that are seeking commercial investment rather than earlier-stage projects seeking pre-seed support. Opportunities to test the CFA relevance and additionality in a dynamic climate finance landscape will be key to its continued relevance, impact, and value.
This requirement is being sourced via the Open procedure under PCR (2015).
The contract is estimated to commence in June 2025 and end in December 2029.
The contract value will be up to £1,000,000 excluding UK VAT but including all other taxes.
There is an option to extend, by an additional 36 months and £3,050,000 excluding UK VAT but including all other taxes. Bringing the maximum potential contract value to £4,050,000 excluding UK VAT but including all other taxes.
Please register on our e-sourcing tool Jaggaer: https://beisgroup.ukp.app.jaggaer.com to participate in the tendering exercise.
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: £4,050,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
54
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract contains an Option to extend in value and duration. The contract maybe increased in duration by an additional 36 months and increased in value by an additional £3,050,000 (Exc UK Vat and Inc all other taxes).
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
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
10 January 2025
Local time
6:00pm
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
10 January 2025
Local time
6:00pm
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
London
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom