Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department for Business, Energy and Industrial Strategy (BEIS)
1 Victoria Street
London
SW1H 0ET
UK
Contact person: Cheena Ghataoura
E-mail: UKPACTprocurement@beis.gov.uk
NUTS: UK
Internet address(es)
Main address: www.delta-esourcing.com
Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://www.delta-esourcing.com/tenders/UK-UK-London:-Foreign-economic-aid-related-services./87663T59MU
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.delta-esourcing.com/respond/87663T59MU
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
UK PACT (United Kingdom Partnering for Accelerated Climate Transitions)
Reference number: TRN: 1852/03/2019
II.1.2) Main CPV code
75211200
II.1.3) Type of contract
Services
II.1.4) Short description
BEIS International Climate Finance Team seeks delivery partners for UK PACT (Partnering for Accelerated Climate Transitions), a 60 000 000 GBP Technical Assistance (TA) programme to support accelerated emissions reductions in developing countries. The key components of UK PACT are:
1) Country-specific TA programme funds, plus a central comms function;
2) A global TA challenge fund,
3) Skill-share delivery.
II.1.5) Estimated total value
Value excluding VAT:
60 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1: Bilateral Country Programming and External Communications
II.2.2) Additional CPV code(s)
75210000
75211000
75110000
75130000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM.
II.2.4) Description of the procurement
(i) the Lot 1 Delivery Partner (DP) will work closely with BEIS to develop and update country strategies and implementation plans for priority countries, based on a sound understanding of the political economy and the barriers to emissions reduction in each country. They will work through a new or existing in-country partner in each priority country to ensure that the strategy is well-informed and delivery is overseen effectively;
(ii) they will allocate funds for technical assistance in these countries in line with the country strategies, work through expert organisations, ensure that existing work is scaled up where appropriate, and work to build capacity in-country to develop solutions to the barriers identified;
(iii) this DP will also be responsible for UK PACT’s external communications.
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:
24 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
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
II.2.14) Additional information
These contracts (1 for each lot) are to be for a period of 24 months, unless terminated or extended by the Authority. There is a possibility of an extension for up to a further 3 years, on a 2 + 1 year basis.
Lot No: 2
II.2.1) Title
Lot 2: Global Challenge Fund
II.2.2) Additional CPV code(s)
75210000
75211000
75110000
75130000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM.
II.2.4) Description of the procurement
Lot 2: Global Challenge Fund:
(iv) the Lot 2 DP will work closely with BEIS to deliver a global challenge fund, which will operate independently of the bilateral programme to fund innovative technical assistance solutions in areas of global demand;
(v) they will run a series of global funding rounds for technical assistance on specific themes, e.g. technical assistance for power sector reform. Themes are to be determined through analysis as agreed with BEIS during the inception phase;
(vi) clear and streamlined processes to tender, select and implement projects will be key, while ensuing transparency and flexibility in the way funds are disbursed.
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:
16 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
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
II.2.14) Additional information
These contracts (1 for each lot) are to be for a period of 24 months, unless terminated or extended by the Authority. There is a possibility of an extension for up to a further three years, on a 2 + 1 year basis.
Lot No: 3
II.2.1) Title
Lot 3: Skill-Shares and Secondments
II.2.2) Additional CPV code(s)
75130000
79620000
79610000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UNITED KINGDOM.
II.2.4) Description of the procurement
(vii) the Lot 3 DP will help BEIS to meet demand for climate expertise through generating a supply of UK-based experts to help other countries decarbonise. To do this, there are 3 main tasks:
— attract and retain a roster of climate experts made up of individual contractors and organisations. These roles must be advertised, and individuals or organisations selected fairly and openly, and then engaged, vetted and trained so they are ready to participate in UK PACT,
— deploy the roster on “skill-shares” to build capacity of individuals and institutions in selected countries. We envisage these experts offering advice and support to their peers in developing countries. It will be critical for these skill-shares to be integrated with the rest of the programme effectively so that they are more than one-off exercises,
— support BEIS (primarily through the recruitment strategy) in embedding a select few “secondments” in key institutions in selected countries. We envisage secondees acting either as strategic programme managers — making sure UK PACT and other UK Government programmes are achieving their aims — or technical experts with specific climate-related skills. This task will be led by BEIS with some logistical support from the Lot 3 DP.
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:
20 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: No
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
II.2.14) Additional information
These contracts (1 for each lot) are to be for a period of 24 months, unless terminated or extended by the Authority. There is a possibility of an extension for up to a further 3 years, on a 2 + 1 year basis.
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:
2018/S 204-465172
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
07/06/2019
Local time: 14:00
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
07/06/2019
Local time: 14:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The contracting authority considers that this contract may be suitable for economic
operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/respond/DD694H326X
GO Reference: GO-201953-PRO-14861663
VI.4) Procedures for review
VI.4.1) Review body
Department for Business, Energy and Industrial Strategy (BEIS)
1 Victoria Street
London
SW1H 0ET
UK
VI.5) Date of dispatch of this notice
01/05/2019