Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Climate Finance Accelerator (CFA) 2 Global Delivery Partner

  • First published: 28 June 2024
  • Last modified: 28 June 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-045123
Published by:
Department for Energy Security and Net Zero
Authority ID:
AA84126
Publication date:
28 June 2024
Deadline date:
26 September 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Department for Energy Security and Net Zero

3-8 Whitehall Place

London

SW1A 2EG

UK

Contact person: Charlotte Finlay

E-mail: internationalclimateandenergy.procurement@energysecurity.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/department-for-energy-security-and-net-zero

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Climate Finance Accelerator (CFA) 2 Global Delivery Partner

Reference number: prj_1830

II.1.2) Main CPV code

75211200

 

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: 161 750 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

75211200

II.2.3) Place of performance

NUTS code:

UK

II.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

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 161 750 000.00  GBP

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

Start: 31/01/2025

End: 31/01/2030

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.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-011663

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

Date: 26/09/2024

Local time: 13:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 26/09/2024

Local time: 13:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

UK

Telephone: +44 3450103503

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

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

VI.5) Date of dispatch of this notice

27/06/2024

Coding

Commodity categories

ID Title Parent category
75211200 Foreign economic-aid-related services Foreign-affairs services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
internationalclimateandenergy.procurement@energysecurity.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.