Notice Information
Notice Title
Climate Finance Accelerator (CFA) 2 Global Delivery Partner
Notice 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. This contract is for a Global Delivery Partner for CFA to manage and deliver the programme including identifying, selecting and providing technical assistance to eligible projects to increase the likelihood that they will receive investment. 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 PS11.6 billion commitment to support ODA-eligible countries to respond to the challenges and opportunities of climate change.
Lot Information
Lot 1
The contract is for a global delivery partner for the Climate Finance Accelerator 2 (CFA 2) to manage, oversee and deliver the programme. The programme will provide technical support to eligible projects. 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, the CFA 2 delivery partner will develop a high-volume pipeline of bankable projects in Emerging Markets and Developing Economies (EMDEs) that dovetail with upstream progress (e.g. policy/regulatory reform) 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 to be delivered by the supplier 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
Options: The initial contract term is 5 years with an initial value of PS19.85m (including VAT). Modification options exist in the contract to increase the value of the 5 year initial term by up to PS69.3m to a total maximum of up to PS89.15m (including VAT). The contract has further options to extend the term for up to 3 years or any portion of 3 years, and the value by a further PS72.60m (including VAT). With all modifications and extensions included, the maximum potential total contract value is PS161.75m (including VAT) and the maximum term is 8 years to 31 August 2033. The possible modification options listed below provide scope 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.
Renewal: Detailed modification options are provided in the tender pack. There are modification options of up to PS50.40m 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 PS72.60m during the extension period. With all modifications and extensions included, the maximum potential total contract value is up to PS161.75m.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-045123
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/060044-2025
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
75 - Administration, defence and social security services
-
- CPV Codes
75211200 - Foreign economic-aid-related services
Notice Value(s)
- Tender Value
- £161,750,000 £100M-£1B
- Lots Value
- £161,750,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £16,541,667 £10M-£100M
Notice Dates
- Publication Date
- 26 Sep 20254 months ago
- Submission Deadline
- 26 Sep 2024Expired
- Future Notice Date
- 19 May 2024Expired
- Award Date
- 2 Sep 20255 months ago
- Contract Period
- 31 Jan 2025 - 31 Jan 2030 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT FOR ENERGY SECURITY AND NET ZERO
- Contact Name
- Charlotte Finlay
- Contact Email
- internationalclimateandenergy.procurement@energysecurity.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1A 3EG
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-045123-2025-09-26T11:11:43+01:00",
"date": "2025-09-26T11:11:43+01:00",
"ocid": "ocds-h6vhtk-045123",
"description": "Net value of awarded contract is an approximate value with 20% VAT applied to the total gross contract value of PS19,850,000.00. Calculation of applicable VAT to the services, particularly those delivered overseas, is the responsibility of the supplier and the final net number may vary during delivery.",
"initiationType": "tender",
"tender": {
"id": "prj_1830",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Climate Finance Accelerator (CFA) 2 Global Delivery Partner",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
},
"mainProcurementCategory": "services",
"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. This contract is for a Global Delivery Partner for CFA to manage and deliver the programme including identifying, selecting and providing technical assistance to eligible projects to increase the likelihood that they will receive investment. 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 PS11.6 billion commitment to support ODA-eligible countries to respond to the challenges and opportunities of climate change.",
"value": {
"amount": 161750000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The contract is for a global delivery partner for the Climate Finance Accelerator 2 (CFA 2) to manage, oversee and deliver the programme. The programme will provide technical support to eligible projects. 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, the CFA 2 delivery partner will develop a high-volume pipeline of bankable projects in Emerging Markets and Developing Economies (EMDEs) that dovetail with upstream progress (e.g. policy/regulatory reform) 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 to be delivered by the supplier 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",
"status": "cancelled",
"value": {
"amount": 161750000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2025-01-31T00:00:00Z",
"endDate": "2030-01-31T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "Detailed modification options are provided in the tender pack. There are modification options of up to PS50.40m 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 PS72.60m during the extension period. With all modifications and extensions included, the maximum potential total contract value is up to PS161.75m."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
},
"options": {
"description": "The initial contract term is 5 years with an initial value of PS19.85m (including VAT). Modification options exist in the contract to increase the value of the 5 year initial term by up to PS69.3m to a total maximum of up to PS89.15m (including VAT). The contract has further options to extend the term for up to 3 years or any portion of 3 years, and the value by a further PS72.60m (including VAT). With all modifications and extensions included, the maximum potential total contract value is PS161.75m (including VAT) and the maximum term is 8 years to 31 August 2033. The possible modification options listed below provide scope 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."
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2024-05-20T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://beisgroup.ukp.app.jaggaer.com/go/9541816701905A48C8C4",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2024-09-26T13:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"awardPeriod": {
"startDate": "2024-09-26T13:00:00+01:00"
},
"bidOpening": {
"date": "2024-09-26T13:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-99011",
"name": "Department for Energy Security and Net Zero",
"identifier": {
"legalName": "Department for Energy Security and Net Zero"
},
"address": {
"streetAddress": "3-8 Whitehall Place",
"locality": "London",
"region": "UK",
"postalCode": "SW1A 3EG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Charlotte Finlay",
"email": "internationalclimateandenergy.procurement@energysecurity.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-energy-security-and-net-zero",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-94110",
"name": "Department for Energy Security and Net Zero",
"identifier": {
"legalName": "Department for Energy Security and Net Zero"
},
"address": {
"streetAddress": "3-8 Whitehall Place",
"locality": "London",
"region": "UK",
"postalCode": "SW1A 2EG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Charlotte Finlay",
"email": "internationalclimateandenergy.procurement@energysecurity.gov.uk",
"url": "https://beisgroup.ukp.app.jaggaer.com/go/9541816701905A48C8C4"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-energy-security-and-net-zero",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-103",
"name": "Public Procurement Review Service",
"identifier": {
"legalName": "Public Procurement Review Service"
},
"address": {
"streetAddress": "Cabinet Office",
"locality": "London",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3450103503",
"email": "publicprocurementreview@cabinetoffice.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit"
}
},
{
"id": "GB-FTS-162159",
"name": "PricewaterhouseCoopers LLP",
"identifier": {
"legalName": "PricewaterhouseCoopers LLP",
"id": "OC 303525"
},
"address": {
"streetAddress": "1 Embankment Place, London",
"locality": "London",
"region": "UK",
"postalCode": "WC1N 6RH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-6261",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"streetAddress": "The Strand",
"locality": "London",
"postalCode": "WC1A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/hm-courts-and-tribunals-service"
}
}
],
"buyer": {
"id": "GB-FTS-94110",
"name": "Department for Energy Security and Net Zero"
},
"language": "en",
"awards": [
{
"id": "060044-2025-con_8706-1",
"relatedLots": [
"1"
],
"title": "Climate Finance Accelerator 2 - Global Delivery Partner",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-162159",
"name": "PricewaterhouseCoopers LLP"
}
]
}
],
"contracts": [
{
"id": "060044-2025-con_8706-1",
"awardID": "060044-2025-con_8706-1",
"title": "Climate Finance Accelerator 2 - Global Delivery Partner",
"status": "active",
"value": {
"amount": 16541667,
"currency": "GBP"
},
"dateSigned": "2025-09-03T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
}
}