BE24247 - Developing local area advice for climate change mitigation and adaptation

Award

Value

£50,000

Suppliers

Classifications

  • Research and development services and related consultancy services

Tags

  • award

Submission Deadline

3 months ago

Published

2 months ago

Description

The final date and time for the submission of bids is Tuesday 7th January 2025 at 11:00.

DO NOT apply directly to the buyer.

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

Brief Description of Requirement
The Climate Change Committee (CCC) is looking to produce supplementary advice for a sub-national audience to accompany CB7 and CCRA4. The CCC requires a supplier to carry out qualitative and quantitative analysis, as well as stakeholder engagement to collate the evidence to inform this advice. 

The research and advice should:
• Be aimed at a sub-national (regional, city, local) actors. (Suppliers may should include national policy actors where national policy relates to sub-national delivery).
• Frame carbon budget pathways and climate change risk in a relevant and accessible format for sub-national actors.
• Aid strategy and practical decision-making on mitigation and adaptation.
• Influence and support the delivery of CB7 and CCRA4.
• Take an archetype approach to produce indicative mitigation pathways for a defined set sample of archetype areas. We propose an extension task to do the same for our adaptation pathways.

We are proposing that the project is split into two phases due to the difference in timings of CCC analysis for CB7 and CCRA4. There will therefore be an opportunity for the project to be extended to utilise outputs of our CCRA4 analysis to produce indicative pathways for adaptation and more detailed advice around sub-national prioritisation for managing climate risk. 

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 ITQ 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_1891.

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. 

All enquiries with respect to access to the eSourcing Portal and problems with functionality within the portal  must be submitted to eSourcing Portal Helpdesk, not the Contracting Authority contact for this procurement.  

Phone 08000 698 632
Email [email protected]

Please note; the eSourcing Portal is a free self-registration portal. Bidders can complete the online registration at the following link: https://beisgroup.ukp.app.jaggaer.com/

Bidders should read all attachments, messages and the response envelopes located within the eSourcing Portal carefully before completing the bid submission. Failure to comply with any of these instructions for completion and submission of the bid submission may result in the rejection and exclusion of the bid. Bidders are advised therefore to acquaint themselves fully with the extent and nature of the specification requirements and contractual obligations. These instructions constitute the Conditions of bidding. Participation in the process automatically signals that the Bidder accepts these Conditions as part of the bidding process.

All material issued in connection with this bidding process shall remain the property of the Contracting Authority and shall be used only for the purpose of this procurement. All Due Diligence Information shall be either returned to the Contracting Authority or securely destroyed by the Bidder (at the Contracting Authority's option) at the conclusion of the procurement. 
 
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.

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.

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

Support to develop and Investment Strategy for York and North Yorkshire Combined Authority

The York and North Yorkshire Combined Authority requires an Investment Strategy which will support decision-making around future investment and prioritisation of propositions. This piece of work includes three key outputs: 1. Investment Strategy: an overarching narrative of current and future investment opportunities across the subregion, including both private and public sector investment opportunities. This should set out the parameters, priorities, uses and constraints of Combined Authority funding. Examples: West of England Combined Authority's Investment Strategy and Liverpool City Region Combined Authority's Investment Strategy 2023. 2. Prioritisation Assessment Tool: an assessment tool or framework which enables the Combined Authority to objectively assess the potential strategic impact of projects and their investment readiness. This must be done in an easily accessible manner for Combined Authority officers. 3. Investment Pitchbook: an external 'Investment Pitchbook' which highlights flagship projects and articulates a clear pathway to attracting investment. This document will be critical for engaging potential investors and promoting the growth opportunities within York and North Yorkshire. The Investment Strategy will sit alongside a number of other key strategic documents for the Combined Authority, including the emerging Local Growth Plan. The initial 7 month term has been budgeted at £80,000, with the option to extend for a further 6 months with a cost of £20,000. Therefore, the possible total contract value is £100,000. All tender documentation, including the specification can be found on https://yortender.eu-supply.com under reference 98646.

Katy Reed

Published 1 day ago
Open

Development of West Yorkshire Creative Health System

The West Yorkshire Combined Authority (the CA) is issuing this Planned Procurement Notice to inform potential Consultants of an upcoming procurement opportunity for the development and implementation of a West Yorkshire Creative Health System. This system aims to align, amplify, and connect the creative health sector across the region to improve health and wellbeing outcomes for the people of West Yorkshire. The CA intends to procure a service provider (or consortium) to manage and implement a ‘Creative Health System’ for a two-year period. The maximum budget for the initial two-year period is £470,000.00 with up to two optional 12-month extensions of £235,000.00 each, bringing the total potential contract value up to £940,000.00. Extensions are subject to the availability of additional funds beyond the initial £470,000.00 and are at the sole discretion of the Public Sector Body. Key deliverables for the Creative Health System include: • Coordinating the mapping of creative health work taking place in our region (including activity, evidence of impact, and cold spots). This will include the collation of existing mapping data where it exists (typically at a Local Authority level) and commissioning additional mapping where there is insufficient data. • Establishing a network of creative health activity providers. • Advocating for creative health activity with key decision-makers (including funders and clinicians). • Developing and publishing a West Yorkshire Creative Health Strategy. • Co-designing creative health programmes with community providers and those with lived experience. • Researching potential funding sources and preparing funding bids to roll out impactful creative health programmes. • Developing commercial strategy to become self-sustaining. • Coordinating workforce training in the health care system and with practitioners. Additional Information We are inviting Consultants that have interest in providing the services, to attend a briefing session. Please respond to this Planned Procurement Notice (PPN) to express your interest. Any Consultant that expresses interest will be invited to a Preliminary Market Engagement (PME) event which will be held on 24th April 2025 between 9:30 am – 11:00am (details to follow). The CA reserves the right to change its procurement approach after the Preliminary Market Engagement. Please respond to this PPN with an expression of interest in this opportunity by emailing: St David Deji-Adams – [email protected] You should include the following information: i. Company Name: ii. Registration Number: iii. Address: iv. Contact Name: v. Position: vi. Email/telephone no: vii. URL link to your Company Website: After the event, a questionnaire will be issued to attendees which may help inform the Statement of Requirements which will follow. Please Note: This Planned Procurement Notice is for prior information only and is not a ‘Call for Competition’. Whilst we encourage your participation in this exercise, failure to respond to the Preliminary Market Engagement will not prohibit your involvement in any future procurement exercise if progressed via a publicly advertised tender opportunity. Any future opportunity where advertised will be available through our tender portal at https://uk.eu-supply.com/ctm/Company/CompanyRegistration/RegisterCompany?OID=1&B=UK and Consultants are encouraged to register in readiness for this.

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