Notice Information
Notice Title
Climate Innovation Pull Facility (CIPF) - Facility Manager - Invitation to Submit Initial Tenders
Notice Description
The UK Department of Energy Security and Net Zero is procuring a supplier to manage a new facility - the Climate Innovation Pull Facility (CIPF). Through pull finance, this facility will support innovation, scale up and market building for climate change mitigation solutions for developing country contexts, focusing on innovative clean energy technologies and business models in a small number of specific applications/sectors, where the evidence shows support is most needed. In public innovation financing, "pull mechanisms" create incentives for innovators and other actors by creating viable market demand. They seek to reduce viability gaps and induce innovation by signalling demand for solutions to specific problems. Mechanisms often cited include Advanced Market Commitments, Results or Outcomes Based Financing, Prizes/Challenges, innovation bulk procurements, Contracts for Difference, among others. By contrast, much innovation support has to date utilised "push mechanisms" directly subsidising up-front R&D costs. In terms of climate mitigation solutions, the CIPF will support the development of innovation projects aligned to Ayrton Fund themes: industrial decarbonisation, sustainable cooling, smart energy systems and storage and clean transport Further details of Ayrton Fund thematic challenges are set out on gov.uk. The procurement of this requirement will be in two parts: i) A contract for a Facility Manager to manage the programme and identify, incubate, commission and oversee 6-10 climate pull projects of PS10m - PS50m each. This contract will also cover programme monitoring and learning. ii) A separate contract for an Independent Evaluator of the programme, who will conduct a mid-term and end-of-term evaluation of the programme's achievement of its development objectives, theory of change and value for money. This procurement is subject to a separate procurement procedure. The procurement for the Facility Manager is the focus of this notice and will be run as a competitive procedure with negotiation. This contract notice is to invite initial tenders from the market. Further details of the planned procurement process are provided in the procurement documents available on the DESNZ procurement portal at the above link. The initial contract value is PS183m over 5.5 years with options to extend by up to PS317m and up to 3 additional years. Of the PS183m initial contract value, at least PS150m of this will be allocated for climate pull projects, the majority of which will be grant funding.
Lot Information
Lot 1
The Facility Manager (FM)for CIPF will deliver the following services: - An Implementation Period of 6 months from the Effective Date to set up the contract and develop programme level strategies and workplans. The most significant of these is the CIPF Portfolio Strategy which will detail the how the pull project portfolio will be identified and managed by the FM. - A Pull Project Identification Period which runs from Month 7 to the end of Month 21 of the Contract. During this period the FM will work to identify and filter potential climate Pull Projects to deliver a recommendation to DESNZ for approval of diverse portfolio of climate pull projects to receive grant funding. The portfolio will made up of 6-10 projects valued between PS10m and PS45m in terms of the CIPF contribution. Detailed portfolio and project characteristics are provided in the Statement of Requirements. Project selection will follow a pre-determined process with projects maturing through a 3-stage selection process, with the DESNZ Steering Board approving at each stage including at the final Green Light decision point where funding is awarded. - Pull project incubation support of up to PS500,000 per project before the final approval stage. During project identification, the FM will deliver technical support to potential Pull Projects to support their readiness for approval. This may be delivered directly by the FM, subcontracted by the FM or provided as grant funding to the potential Pull Project depending on the project needs. - Pull Project management where the FM will provide management and oversight of approved Pull Projects. This may include in-country presence and support with stakeholder engagement including FCDO teams at Post (High Commissions and Embassies) and local government stakeholders among others. - Overall programme management, governance, monitoring and impact reporting for the programme. - Knowledge management, learning and communications services to support the development and sharing of lessons learned with wider stakeholders.
Options: The period of the agreement for the Climate Innovation Pull Facility (CIPF) Facility Manager is an initial term of 5.5 years (66 months), with extension options for a further 3 years (36 months) or any portion thereof. Full details of all potential extension and modification options can be found in the procurement documents, specifically in Annex 1 of Contract Schedule 31 (Buyer Specific Terms).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04c5c7
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/063616-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
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
- £500,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Oct 20254 months ago
- Submission Deadline
- 9 Apr 2025Expired
- Future Notice Date
- 3 Feb 2025Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
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
- SE1A 2EG
- 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
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-04c5c7-2025-10-09T11:20:32+01:00",
"date": "2025-10-09T11:20:32+01:00",
"ocid": "ocds-h6vhtk-04c5c7",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-04c5c7",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Climate Innovation Pull Facility (CIPF) - Facility Manager - Invitation to Submit Initial Tenders",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
},
"mainProcurementCategory": "services",
"description": "The UK Department of Energy Security and Net Zero is procuring a supplier to manage a new facility - the Climate Innovation Pull Facility (CIPF). Through pull finance, this facility will support innovation, scale up and market building for climate change mitigation solutions for developing country contexts, focusing on innovative clean energy technologies and business models in a small number of specific applications/sectors, where the evidence shows support is most needed. In public innovation financing, \"pull mechanisms\" create incentives for innovators and other actors by creating viable market demand. They seek to reduce viability gaps and induce innovation by signalling demand for solutions to specific problems. Mechanisms often cited include Advanced Market Commitments, Results or Outcomes Based Financing, Prizes/Challenges, innovation bulk procurements, Contracts for Difference, among others. By contrast, much innovation support has to date utilised \"push mechanisms\" directly subsidising up-front R&D costs. In terms of climate mitigation solutions, the CIPF will support the development of innovation projects aligned to Ayrton Fund themes: industrial decarbonisation, sustainable cooling, smart energy systems and storage and clean transport Further details of Ayrton Fund thematic challenges are set out on gov.uk. The procurement of this requirement will be in two parts: i) A contract for a Facility Manager to manage the programme and identify, incubate, commission and oversee 6-10 climate pull projects of PS10m - PS50m each. This contract will also cover programme monitoring and learning. ii) A separate contract for an Independent Evaluator of the programme, who will conduct a mid-term and end-of-term evaluation of the programme's achievement of its development objectives, theory of change and value for money. This procurement is subject to a separate procurement procedure. The procurement for the Facility Manager is the focus of this notice and will be run as a competitive procedure with negotiation. This contract notice is to invite initial tenders from the market. Further details of the planned procurement process are provided in the procurement documents available on the DESNZ procurement portal at the above link. The initial contract value is PS183m over 5.5 years with options to extend by up to PS317m and up to 3 additional years. Of the PS183m initial contract value, at least PS150m of this will be allocated for climate pull projects, the majority of which will be grant funding.",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Facility Manager (FM)for CIPF will deliver the following services: - An Implementation Period of 6 months from the Effective Date to set up the contract and develop programme level strategies and workplans. The most significant of these is the CIPF Portfolio Strategy which will detail the how the pull project portfolio will be identified and managed by the FM. - A Pull Project Identification Period which runs from Month 7 to the end of Month 21 of the Contract. During this period the FM will work to identify and filter potential climate Pull Projects to deliver a recommendation to DESNZ for approval of diverse portfolio of climate pull projects to receive grant funding. The portfolio will made up of 6-10 projects valued between PS10m and PS45m in terms of the CIPF contribution. Detailed portfolio and project characteristics are provided in the Statement of Requirements. Project selection will follow a pre-determined process with projects maturing through a 3-stage selection process, with the DESNZ Steering Board approving at each stage including at the final Green Light decision point where funding is awarded. - Pull project incubation support of up to PS500,000 per project before the final approval stage. During project identification, the FM will deliver technical support to potential Pull Projects to support their readiness for approval. This may be delivered directly by the FM, subcontracted by the FM or provided as grant funding to the potential Pull Project depending on the project needs. - Pull Project management where the FM will provide management and oversight of approved Pull Projects. This may include in-country presence and support with stakeholder engagement including FCDO teams at Post (High Commissions and Embassies) and local government stakeholders among others. - Overall programme management, governance, monitoring and impact reporting for the programme. - Knowledge management, learning and communications services to support the development and sharing of lessons learned with wider stakeholders.",
"status": "active",
"contractPeriod": {
"durationInDays": 3060
},
"hasRenewal": false,
"secondStage": {
"maximumCandidates": 3
},
"selectionCriteria": {
"description": "Candidates at the Initial Tender stage are NOT limited. This procurement shall be subject to a shortlisting stage following evaluation of Initial Tenders. Bidders shall be subject to a down selection process, generating a shortlist of 3 Bidders who shall be taken through to subsequent negotiation and Final Tender stages. Details of the procurement process are stated in full in the procurement documents."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The period of the agreement for the Climate Innovation Pull Facility (CIPF) Facility Manager is an initial term of 5.5 years (66 months), with extension options for a further 3 years (36 months) or any portion thereof. Full details of all potential extension and modification options can be found in the procurement documents, specifically in Annex 1 of Contract Schedule 31 (Buyer Specific Terms)."
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Pull projects will be delivered in a variety of ODA eligible countries globally."
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2025-02-03T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://beisgroup.ukp.app.jaggaer.com/go/188260980194FB24BEB2",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Please refer to the procurement documents.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic1",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical1",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "Please refer to the procurement documents.",
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true
},
"tenderPeriod": {
"endDate": "2025-04-09T13:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2026-04-09T23:59:59+01:00"
}
},
"hasRecurrence": false,
"amendments": [
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"date": "2025-04-09T13:00:00+01:00"
},
"newValue": {
"date": "2025-07-31T13:00:00+01:00"
},
"where": {
"section": "IV.2.2"
}
}
]
},
{
"id": "3",
"unstructuredChanges": [
{
"oldValue": {
"date": "2025-07-31T13:00:00+01:00"
},
"newValue": {
"date": "2025-10-23T13:00:00+01:00"
},
"where": {
"section": "IV.2.2"
}
},
{
"oldValue": {
"date": "2026-04-09"
},
"newValue": {
"date": "2026-12-31"
},
"where": {
"section": "IV.2.6",
"label": "Tender must be valid until: (dd/mm/yyyy)"
}
}
]
},
{
"id": "4",
"unstructuredChanges": [
{
"oldValue": {
"date": "2025-04-09T13:00:00+01:00"
},
"newValue": {
"date": "2025-11-20T13:00:00Z"
},
"where": {
"section": "4"
}
}
],
"description": "Invitation to Tender Extended to 20/11/2025 13:00 GMT"
}
]
},
"parties": [
{
"id": "GB-FTS-93237",
"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": "SE1A 2EG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Charlotte Finlay",
"email": "internationalclimateandenergy.procurement@energysecurity.gov.uk"
},
"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-137756",
"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 2AW",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Charlotte Finlay",
"email": "internationalclimateandenergy.procurement@energysecurity.gov.uk",
"url": "https://beisgroup.ukp.app.jaggaer.com/go/188260980194FB24BEB2"
},
"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": "05",
"description": "Environmental protection"
}
]
}
},
{
"id": "GB-FTS-1713",
"name": "Royal Court of Justice",
"identifier": {
"legalName": "Royal Court of Justice"
},
"address": {
"streetAddress": "The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/hm-courts-and-tribunals-service"
}
}
],
"buyer": {
"id": "GB-FTS-137756",
"name": "Department for Energy Security and Net Zero"
},
"language": "en",
"description": "Tenderers wishing to be considered must register their expression of interest and submit an Initial Tender through the department's procurement portal at the above link. See procurement documents for more information. All discussions, meetings, and communications will be conducted in English. The contract will be subject to the laws of England and Wales. Tender pricing and payments must be in GBP. This procurement and award are subject to the UK Government transparency arrangements and is subject to the Freedom of information Act 2000."
}