BE24035 - 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

Award

Value

£287,000

Suppliers

Classifications

  • Research and development services and related consultancy services
  • Research consultancy services
  • Environmental impact assessment other than for construction

Tags

  • award
  • contract

Published

1 year ago

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 will focus on heat risks to health. Urban environments and their occupants are likely to be at particular risk of future heat impacts. Urbanisation exacerbates the risk of overheating hazards through the urban heat islands effect, and increases exposure, due to increases in population densities and numbers of built environment assets.
There is limited existing research on the cost-benefit and effectiveness of physical built environment interventions for managing urban heat risks in the UK's urban environment and the subsequent risks to health. The analysis will answer the following questions:
• What are the scale and costs of current and future impacts of extreme weather (primarily heat) on urban areas in the UK?
• What kind of physical adaptation interventions (for new and existing developments) are the most cost-effective for reducing the impacts of extreme heat in urban areas in the UK?
• What kind of building-level adaptation interventions (for new and existing buildings) are required to reduce the impacts of extreme indoor temperatures in urban areas in the UK?
• What might heat-resilient urban landscapes look like across the different parts of the UK?
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_1531 / BE24035

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open
Open

Contracts for Innovation: In-Orbit Demonstration (IOD) of In-Orbit Manufacturing (IOM) in Low Earth Orbit (LEO) Phase 0/A Studies

The UK is committed to advancing its leadership in space-enabled manufacturing, as outlined in the Space Industrial Plan (March 2024). In-Orbit Manufacturing (IOM) is one subset of the wider In-Orbit Servicing, Assembly, and Manufacturing (ISAM) market. Investing in ISAM allows the UK to exploit early investments to become leaders in the market. The UK has developed the essential building blocks for ISAM, but we need to act now to secure our competitive advantage. In-Orbit Manufacturing (IOM) represents a transformative opportunity to produce materials and products in space that offer superior quality and performance compared to those manufactured on Earth. By overcoming terrestrial limitations, IOM can unlock new markets and drive innovation across multiple sectors. This procurement is structured into two Lots to address distinct terrestrial applications: • Lot 1: In-Orbit Manufacturing for terrestrial healthcare or medical applications • Lot 2: In-Orbit Manufacturing for other terrestrial applications Applicants may apply to only one Lot and submit a single application. Each Lot will fund a feasibility study (Phase 0/A) to assess the technical and commercial viability of delivering an In-Orbit Demonstration (IOD) mission in Low Earth Orbit (LEO), in accordance with UKSA's mission requirements (see Annex F). The competition aims to: • Demonstrate the technical feasibility of in-orbit manufacturing processes in LEO for the selected application area • Mature key payload and manufacturing technologies relevant to the chosen Lot • Evaluate suitable mission architectures and operational concepts for demonstration • Identify and assess risks, constraints, and enabling technologies • Develop a credible route to market, including engagement with end users and stakeholders Projects must address the high-risk, high-cost environment of in-orbit technology testing and provide evidence of engagement with end users to demonstrate commercial potential. Proposals should detail intended customer groups, integrators, and suppliers, and present a comprehensive management approach, including Work Package Descriptions (WPDs) and a Work Breakdown Structure (WBS) for both Phase 0 and Phase A. Applications must demonstrate compatibility against the mission requirements (Annex F) and ability to deliver the tasks set out below (Section 5). You should elaborate and critique these tasks, identifying any additional suitable activities (with justification). This competition aims to fund two studies. This notice relates to the intended procurement for a contract which is an exempted contract under s 3(6) and Schedule 2, Part 2 (Subject-matter exempted contracts), paragraph 22 (Research and Development Services) of the Procurement Act 2023 (the 'Act'). Exempted contracts are not a public contract as defined in s3 of the Act and therefore are not required to be procured in accordance with the provisions of the Act that relate to a covered procurement.

Katy Reed

Published 3 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete