The Department for Business, Energy and Industrial Strategy (BEIS) has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Technical Adviser for the Climate Finance Accelerator Programme |
Notice type: | Contract Award Notice |
Authority: | The Department for Business, Energy and Industrial Strategy (BEIS) |
Nature of contract: | Services |
Procedure: | Award without prior publication |
Short Description: | The Department for Business Energy and Industrial Strategy (BEIS) intends to appoint a Technical Advisor (TA) to assist with the design, set-up and implementation of a new International Climate Finance programme, the Climate Finance Accelerator (CFA), which is set to be launched in 2020. The CFA will support emerging economies to translate their Nationally Determined Contributions (NDCs) – commitments made under the Paris Agreement – into ‘climate investment plans’, which consist of a pipeline of bankable, low-carbon projects. A series of pilot activities were undertaken from 2017 until present to test the CFA concept and a Delivery Partner (DP) will be procured within the coming months to lead programme implementation. Details about this will be disclosed in due course. Under the supervision of the BEIS programme team, the TA will support BEIS to develop the specification for, and to procure, the CFA DP, and they will subsequently oversee and support programme delivery. |
Published: | 17/01/2020 12:02 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Department for Business, Energy and Industrial Strategy (BEIS)
1 Victoria St,, London, SW1H 0ET, United Kingdom
Tel. +44 2072156556, Email: internationalclimateandenergy.procurement@beis.gov.uk
Main Address: www.delta-esourcing.com
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
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 Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Technical Adviser for the Climate Finance Accelerator Programme
Reference number: TRN 2173/12/2019
II.1.2) Main CPV code:
79412000 - Financial management consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Department for Business Energy and Industrial Strategy (BEIS) intends to appoint a Technical Advisor (TA) to assist with the design, set-up and implementation of a new International Climate Finance programme, the Climate Finance Accelerator (CFA), which is set to be launched in 2020.
The CFA will support emerging economies to translate their Nationally Determined Contributions (NDCs) – commitments made under the Paris Agreement – into ‘climate investment plans’, which consist of a pipeline of bankable, low-carbon projects. A series of pilot activities were undertaken from 2017 until present to test the CFA concept and a Delivery Partner (DP) will be procured within the coming months to lead programme implementation. Details about this will be disclosed in due course. Under the supervision of the BEIS programme team, the TA will support BEIS to develop the specification for, and to procure, the CFA DP, and they will subsequently oversee and support programme delivery.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 200,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Additional expertise is needed to support BEIS in designing the programme, accurately defining the scope of work for the DP - particularly for aspects of the programme which were not tested in pilot activities - and to support programme delivery. Appointment of the CFA TA is required prior to procurement of a DP. This will help ensure that a comprehensive tender is prepared, helping to secure maximum value for money from the DP contract. Appointment of a TA is expected to expedite programme start-up times, ensuring that once appointed, the DP can commence activities efficiently and effectively with a clear sense of priority countries and activities. The value of this contract is a maximum value as not all activities post-DP appointment are known. The contract will be managed on a ‘payment by milestone’ basis, according to the activities required to deliver its objectives.
II.2.5) Award criteria:
Quality criterion - Name: Technical Proposal / Weighting: 50
Cost criterion - Name: Price / Weighting: 50
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below (please complete Annex D1)
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the 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 OJEU: 2019/S 250-621218
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 1
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/01/2020
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Ian Callaghan Associates Limited
Paddock Cottage,, Deanland,, Sixpenny Handley,, Dorset, SP5 5PD, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 200,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here: https://www.delta-esourcing.com
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=465116375
VI.4) Procedures for review
VI.4.1) Review body
Department for Business, Energy and Industrial Strategy (BEIS)
1 Victoria St, London, SW1H 0ET, United Kingdom
Email: internationalclimateandenergy.procurement@beis.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 17/01/2020
ANNEX D
1. Justification for the choice of the negotiated procedure without prior publication of a call for competition in accordance with Article 32 of Directive 2014/24/EU
No tenders or no suitable tenders/requests to participate in response to: Not Provided
The works, supplies or services can be provided only by a particular economic operator for the following reason: absence of competition for technical reasons
Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the directive: No
Additional deliveries by the original supplier ordered under the strict conditions stated in the directive: No
New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the directive: No
Service contract to be awarded to the winner or one of winners under the rules of a design contest: No
Purchase of supplies or services on particularly advantageous terms: No
3. Explanation
Prior VEAT notice alerted the market of the Authority’s intention to award a Contract without prior publication of a call for competition in the OJEU as per Public Contracts Regulations 2015.
The Contract is awarded to this economic operator following Public Contracts Regulations 2015, clauses 32 (2) b ii and iii, namely: (b) where the works, supplies or services can be supplied only by a particular economic operator for any of the following reasons:— […] (ii) competition is absent for technical reasons, and(iii) the protection of exclusive rights, including intellectual property rights.
The Contractor has a unique understanding of the CFA, as he conceptualised the programme and developed and delivered pilot activities, which were partially funded through Grants from BEIS. The activities tested during the pilot were limited in scope and did not represent the full suite of CFA activities initially proposed by the Contractor. Following strong demand for additional CFA support (from participants involved in the pilot, as well as other relevant countries) the Authority now plans to scale the CFA into a full programme, which incorporates the Contractor’s pre-held vision for the breadth of support that participant countries could receive. Only the Contractor has these ideas/insights into programme design, which were developed as a result of his involvement in the pilot activities, and his experience working in this sector.
The Authority wishes to utilise the Contractor’s unique experience and skill set and adopt the CFA methodology that he has created in order to deliver a future CFA programme. Because the proposed Contractor is the only supplier that can provide this service, it means that genuine competition is absent and a Single Tender Action is the only appropriate route to market.
Note that a competitive procurement process will be undertaken for the programme Delivery Partner, which is expected to be a significantly higher contract value, in 2020. Further details about this appointment will be published in due course.