World news story

Prosperity Fund Brazil: Assessment of Energy Centre

As part of UK Government’s Prosperity Fund - Energy Programme, the British Embassy in Brazil is commissioning a study.

Terms of Reference

Assessment of Energy Centres in Brazil

1. Objective

As part of UK Government’s Prosperity Fund - Energy Programme, the British Embassy in Brazil is commissioning a study with the following objectives:

  • assess existing energy centres in Brazil and their activities
  • run a survey to collect information regarding existing energy centres appetite for coordination under one central body (with physical location or virtual)
  • collect indicative costs of running an energy centre in Brazil

2. Context

Brazil’s economic growth is reliant on meeting its growing energy demand by 2030. Total energy demand is expected to increase 60% requiring an estimated cumulative investment of £365bn by 2030. However, regulatory and technological barriers and a challenging business environment can prevent Brazil from achieving its energy goals.

The British Embassy is developing a programme to support and accelerate Brazil’s low carbon energy transition. The programme considers the importance of greater coordination between regulatory and technical solutions to address the key challenges to faster transition to low carbon energy. The programme contemplates the creation on an Energy Centre which will identify the synergies between regulatory and technological barriers and develop a clear and co-ordinated pathway for addressing them, creating opportunities in the energy market in the process. The programme will work to develop evidenced based policy and regulatory recommendations and advocacy for change and pilot innovative technologies in the following priority areas:

Energy Regulations

  • developing a competitive gas market
  • decommissioning
  • improving the environmental licencing process
  • supporting a competitive supply chain
  • Bio fuels/Bio gas from waste

Green Energy Technology

  • interconnectivity challenges of Integrating renewable energy into the main grid
  • production of bio diesel and bio gas from waste
  • Smart Grids
  • energy storage

3. Deliverables

The British Embassy in Brazil is seeking for an energy specialist to undertake research and provide the information requested as below:

1) Assess existing energy centres in Brazil and their activities What are the existing energy centres in Brazil? Where are they located? When were they founded and by whom? What are strategies of the existing centres? How are they funded?

  • map the existing energy centres in Brazil, including technological centres, regulatory centres, private centres (such as CENPES, Shell Energy Centre, etc.), bilateral cooperation centres between countries (such as Brazil-China), potential centres announced should also be included.
  • information about the centres structures, location, operation dates
  • funding structure

2) Run a survey to collect the following information:

  • assess existing centres’ appetite for coordinating respective programmes and potential synergies
  • how the co-ordination could take place and which centre will take the lead for co-ordinating. Are the existing energy centres willing to join a central body, which will coordinate existing activities to avoid overlap, find synergies and share information among the centres?

3) Collect indicative costs of running an energy centre in Brazil

  • provide an indicative cost of running an energy centre, considering physical structure
  • provide an indicative cost of running an energy centre, considering virtual structure
  • provide an indicative cost of running an energy centre from 3 different locations, e.g. Brasilia, Sao Paulo, Rio de Janeiro (virtual or physical)
  • consider the financial sustainability of the centre following the termination of the programme, e.g., through revenue generation

The products to be delivered are:

  • full Report in English, digital or physical
  • executive summary in both languages, English and Portuguese, digital or physical
  • management presentation to be hold at British Embassy or British Consulate

All the surveys and studies should be supported with evidence and sources of research. It should be consider the most recent information available and make explicit and justify its premises.

4. Responsibilities

The awarded Contractor will report to the Energy Programme Manager.

The Contractor will be responsible for all the research, including data collection, processing, analysing and reporting. In case of receiving information from the British Embassy, the awarded Contractor must agree with the confidentiality of the information as requested.

The contractor should agree to hold an introductory meeting, a final meeting (Management presentation) and monthly meetings to share progress, and agree decisions pertinent to the success of the deliverables of the project.

The British Embassy can request possible adjustments in the products (reports) to be delivered and agreed by both parties. The objective is to ensure clarity and a clear understanding of the expectations of both parties.

The Contractor is responsible to deliver the products mentioned in item 3 in compliance with the Timeline and Payment method described in item 5.

5.Timetable and Payment scheme

The study should be carry out during the period of August 2018 to January 2019. The details about initial, final and monthly meetings dates are displayed the table below.

The payment scheme contemplates payment by results and deliverables. The first payment will be executed face to the second meeting and draft report review, considering 30% of the total amount of the proposal. The second payment, considering 70% of the total amount will be done after final meeting face to the presentation of the products agreed on item 3 and possible adjustments required. All payments will only be processed once deliverables have been received and fully approved by the Energy Team at the British Embassy.

Steps Timeline Payment
Proposal open to application Jun 25 2018  
Applications end Jul 25 2018  
Selection Board Jul 30 2018  
Contract Award Aug 1 2018  
Introductory meeting First week of Aug 2018  
First meeting First week of Sep 2018  
Second meeting and draft report review First week of Oct 2018 First payment (30%)
Third meeting and draft report review First week of Nov 2018  
Full Report and Executive Summary delivery Dec 3 2018  
Final meeting - Management presentation Possible adjustments after presentation and reports submission Dec 13 2018 First week of January 2019 Second payment (70%)

The proposal should be ranged between £20,000 and £24,900. Any proposals outside this range will be disregarded.

A Selection Board will analyse all proposals received and select the award Contractor. The Board is composed by at least 3 (three) people from diverse backgrounds such as programme, political and commercial from the British Embassy. The awarded contractor will be notified shortly. The candidates not selected will receive an automatic response.

6. Sending the proposals

The proposals must include:

  • all elements which will be considered for tender evaluation (more information in Evaluation criteria doc), such as names and curriculum of the technical team of consultant (s) who will undertake the study and suggested methodology and sources to be applied in the research *financial proposal of the study considering all charges and fees, in the range presented in item 5 (more information in Schedule of Prices and rates doc).

The parties interested to apply for this work should submit their proposals to Erika.Gouveia@fco.gov.uk by 12:00pm July 25 2018. For any queries during the application time, please forward an email to Flavia Lima(flavia.lima@fco.gov.uk).

Evaluation Criteria

Assessment of Energy Centre in Brazil

1.The tender process will be conducted to ensure that the tenders are evaluated fairly to ascertain the most economically advantageous tender from the point of view of the purchasing Authority.

2.Account will be taken of any factor emerging from the tendering process which impacts a Bidder’s suitability and relates to information previously provided by the Bidder as part of the pre-qualification process, in particular any additional information which comes to light in respect of its financial standing.

3.Your response to our requirement will be evaluated under the following headings based on an 70/30 split between the quality/technical aspects and pricing/commercial aspects. Responses to all of the questions below should be submitted with your proposal to flavia.lima@fco.gov.uk .

  1. Once bids have been evaluated, the Authority may invite bidders to clarification meetings to clarify aspects of their bids. In the event that the Authority exercises this right, all qualified bidders will be invited to present their clarifications. This may result in upward or downward moderation of the scores. Areas for clarification will be issued to each bidder accordingly by email along with meeting details.

5.No importance should be attached to the order in which these criteria are listed. Any tender that is not compliant with the Conditions of Contract may be rejected.

6.Bidders are requested to ensure their answers are concise and relevant to this specific contract, and refrain from uploading extensive generic corporate documentation or marketing literature. Excessive generic material may result in the bid being deemed unacceptable and excluded from the process.

7.The Authority will evaluate each response in line with the published scoring methodology and reserves the right detailed further.

8.The Authority wishes to advise all bidders that there is a limited budget for this work. All proposals will be assessed from both technical and commercial perspectives to ensure that best value for Tax Payer’s money is being achieved.

Evaluation Criteria

1. Evaluation Criteria – Quality/Technical Criteria Weighting Evaluation Methodology
1.1 – Understanding of the brief and knowledge of subject matter Demonstration a thorough understanding of the requirement and evidence your knowledge in the subject matter within the context of energy market in Brazil. 30 0 – 5 score
1.2 – Methodology Having reviewed the terms of reference and tender documents in detail, the proposal must consider the details of the methodology and sources to deliver the outputs and results expected according to the timeline proposed. 15 0 – 5 score
1.3 – Experience Similar programmes the bidder have been involved in setting up and running in the past. Detail existing links with relevant energy stakeholders and previous programmes and collaboration with them that would be relevant to this project. 30 0 – 5 score
1.4 – Project Team Outline the members of your proposed project team and Experts Group, and provide their CVs for further reading. Detail their expertise and experience, and their roles, responsibilities and level of participation in the project. Demonstrate that the Experts and project team members possess a sufficient range of skills, expertise and experience to successfully achieve the aims of the project. 15 0 – 5 score
1.5 – Gender Inclusion Demonstration of gender inclusion in the project team and roles. 10 0 – 5 score
TOTAL – Quality/Technical 100 Max Score 500
2. Evaluation Criteria – Pricing & Commercial Criteria Weighting Evaluation Methodology
3.1 - Competitiveness of fee rates and overall project cost in relation to the market to demonstrate value for money. 30 0 – 5 score
TOTAL – Pricing & Commercial 30 Max Score 150
GRAND TOTAL EVALUATION CRITERIA 30 Max Score 550

Assessment Score

All tenders will be scored as above in accordance with the marking system set out below:

Score Key Assessment Score Interpretation
Excellent 5 Satisfies the requirement and demonstrates exceptional understanding and evidence in their ability/proposed methodology to deliver a solution for the required supplies/services. Response identifies factors that will offer potential added value, with evidence to support the response. Bidder has fully accepted FCO standard terms and conditions of contact.
Good 4 Satisfies the requirement with minor additional benefits. Above average demonstration by the Bidder of the understanding and evidence in their ability/proposed methodology to deliver a solution for the required supplies/services. Response identifies factors that will offer potential added value, with evidence to support the response.
Acceptable 3 Satisfies the requirement. Demonstration by the Bidder of the understanding and evidence in their ability/proposed methodology to deliver a solution for the required supplies/services.
Minor Reservations 2 Satisfies the requirement with minor reservations. Some minor reservations of the Bidder’s understanding and proposed methodology, with limited evidence to support the response. Bidder has accepted FCO standard terms and conditions of contract.
Serious Reservations 1 Satisfies the requirement with major reservations. Major reservations of the Bidder’s understanding and proposed methodology, with little or no evidence to support the response.
Unacceptable - Non compliant 0 Does not meet the requirement. Does not comply and/or insufficient information provided to demonstrate that the Bidder has the understanding or suitable methodology, with little or no evidence to support the response. Bidder has rejected FCO standard terms and conditions of contract.
Price / Commercial 5 = most financially attractive to Authority Score awarded on inverse percentage difference from most financially attractive offer to the Authority* Abnormally Low Tenders may be removed from the evaluation process if the Authority deems them to be unacceptable. This is to prevent their commercial score skewing subsequent scoring

(*) Prices will be benchmarked and scores awarded based on the lowest compliant bid. The most financially attractive offer to the Foreign & Commonwealth Office following detailed analysis will receive the maximum score available with the remaining bids awarded scores based upon an inverse percentage of the difference in price.

Published 26 June 2018