Opportunity

BE24085 - Projections of Climate Risks, their Societal Impact and Cost, and the Cost and Effectiveness of Adaptation Measures for Water Scarcity

  • Climate Change Committee

F02: Contract notice

Notice reference: 2024/S 000-011508

Published 9 April 2024, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Climate Change Committee

1 Victoria Street

London

SW1H 0ET

Contact

Ben Oborne

Email

fmprocurement@uksbs.co.uk

Country

United Kingdom

NUTS code

UKI - London

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.theccc.org.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://beisgroup.ukp.app.jaggaer.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://beisgroup.ukp.app.jaggaer.com/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

BE24085 - Projections of Climate Risks, their Societal Impact and Cost, and the Cost and Effectiveness of Adaptation Measures for Water Scarcity

Reference number

BE24085

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The final date and time for the submission of bids is Wednesday 15th May 2024 at 14:00.

DO NOT apply directly to the buyer.

All tender information MUST be submitted through the Jaggaer eSourcing Portal.

Brief Description of Requirement

UK Shared Business Services Limited (UK SBS) on behalf of the Climate Change Committee (CCC) invite you to this Request for Proposal for Projections of Climate Risks to Health and Health Services from Extreme Heat: Their Societal Impact and Cost, And the Cost and Effectiveness of Adaptation Measures.

The UK Climate Change Act 2008 requires that every five years, the UK government must publish a Climate Change Risk Assessment (CCRA). The Fourth UK Climate Change Risk Assessment (CCRA4) Government Report is due to be published in January 2027.

As part of CCRA4, the CCC will be developing a new output to complement the Technical Report as produced in previous CCRAs. This output - to be known as the 'Well-adapted UK report' (WA report) - will focus on the potential for key aspects of the UK adaptation challenge to reduce the climate risks threatening the achievement of key UK policy and societal outcomes and hence set out a vision for aspects of a well-adapted UK.

This WA report will be informed by a set of commissioned, bespoke analysis projects, in-house CCC analysis and wider external evidence. The analysis will need to be developed collaboratively with decision makers and consider both risk and adaptation interventions as systemically as possible, while focusing on delivering social and economic analysis and evidence at appropriate spatial scales.

This project is to focus on economy-wide water scarcity risks. Changing patterns of non-household water use, particularly in the context of Net Zero, are insufficiently understood. The analysis will answer the following questions:

• How is water demand (particularly for uses outside of the public water system) expected to change by sector, particularly in the context of efforts to reach Net Zero in the UK, and how will this vary by location?

• How will water scarcity risk (at times of drought) change in the UK, accounting for sectoral water demand as well as climate change, population growth and environmental water needs?

• Which adaptation actions are most effective in managing water scarcity risks, particularly outside of public water supply, and what package of adaptation actions could deliver an optimal level of resilience?

Please ensure you review all attached information to ensure a full understanding of this requirement. All attachments can be found with the Supplier Attachments tab within the Jaggaer eSourcing Portal.

This contract will be awarded based on the evaluation criteria as set out in the RFP document.

How to Apply

UK Shared Business Services Ltd (UKSBS) will be using the Jaggaer eSourcing Portal for this procurement.

To register on the Jaggaer eSourcing portal please use the link https://beisgroup.ukp.app.jaggaer.com/ and follow the instructions to register as a supplier.

If you are already registered on the Jaggaer eSourcing Portal and wish to participate in this procurement, please use the link: https://beisgroup.ukp.app.jaggaer.com/.

Once you are logged into the system you will be able to locate the Procurement you wish to leave a bid on by clicking the ITTs Open to All Suppliers and searching for the reference number itt_1537 / BE24085

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90711400 - Environmental Impact Assessment (EIA) services other than for construction

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The final date and time for the submission of bids is Wednesday 15th May 2024 at 14:00.

DO NOT apply directly to the buyer.

All tender information MUST be submitted through the Jaggaer eSourcing Portal.

Brief Description of Requirement

UK Shared Business Services Limited (UK SBS) on behalf of the Climate Change Committee (CCC) invite you to this Request for Proposal for Projections of Climate Risks to Health and Health Services from Extreme Heat: Their Societal Impact and Cost, And the Cost and Effectiveness of Adaptation Measures.

The UK Climate Change Act 2008 requires that every five years, the UK government must publish a Climate Change Risk Assessment (CCRA). The Fourth UK Climate Change Risk Assessment (CCRA4) Government Report is due to be published in January 2027.

As part of CCRA4, the CCC will be developing a new output to complement the Technical Report as produced in previous CCRAs. This output - to be known as the 'Well-adapted UK report' (WA report) - will focus on the potential for key aspects of the UK adaptation challenge to reduce the climate risks threatening the achievement of key UK policy and societal outcomes and hence set out a vision for aspects of a well-adapted UK.

This WA report will be informed by a set of commissioned, bespoke analysis projects, in-house CCC analysis and wider external evidence. The analysis will need to be developed collaboratively with decision makers and consider both risk and adaptation interventions as systemically as possible, while focusing on delivering social and economic analysis and evidence at appropriate spatial scales.

This project is to focus on economy-wide water scarcity risks. Changing patterns of non-household water use, particularly in the context of Net Zero, are insufficiently understood. The analysis will answer the following questions:

• How is water demand (particularly for uses outside of the public water system) expected to change by sector, particularly in the context of efforts to reach Net Zero in the UK, and how will this vary by location?

• How will water scarcity risk (at times of drought) change in the UK, accounting for sectoral water demand as well as climate change, population growth and environmental water needs?

• Which adaptation actions are most effective in managing water scarcity risks, particularly outside of public water supply, and what package of adaptation actions could deliver an optimal level of resilience?

Please ensure you review all attached information to ensure a full understanding of this requirement. All attachments can be found with the Supplier Attachments tab within the Jaggaer eSourcing Portal.

This contract will be awarded based on the evaluation criteria as set out in the RFP document.

How to Apply

UK Shared Business Services Ltd (UKSBS) will be using the Jaggaer eSourcing Portal for this procurement.

To register on the Jaggaer eSourcing portal please use the link https://beisgroup.ukp.app.jaggaer.com/ and follow the instructions to register as a supplier.

If you are already registered on the Jaggaer eSourcing Portal and wish to participate in this procurement, please use the link: https://beisgroup.ukp.app.jaggaer.com/.

Once you are logged into the system you will be able to locate the Procurement you wish to leave a bid on by clicking the ITTs Open to All Suppliers and searching for the reference number itt_1537 / BE24085

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 90%

Cost criterion - Name: Price / Weighting: 10%

two.2.6) Estimated value

Value excluding VAT: £300,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

15 May 2024

Local time

1:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

15 May 2024

Local time

2:00pm

Place

Electronically via Jaggaer eSourcing Portal


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

DO NOT APPLY DIRECTLY TO BUYER

All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity.

Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded.

As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response.

Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.

The Contracting Authority expressly reserves the right:

i. not to award any contract as a result of the procurement process commenced by publication of this notice; and

ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so.

About UK Shared Business Services

UK Shared Business Services Ltd (UKSBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise.

Where UKSBS is not named as the Contracting Authority within the documentation, UKSBS will be acting as an agent on behalf of the Contracting Authority.

Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations.

For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx

six.4) Procedures for review

six.4.1) Review body

UK Shared Business Services Limited

Swindon

Email

policy@uksbs.co.uk

Country

United Kingdom