Section one: Contracting authority
one.1) Name and addresses
The Arts Council of England
21 Bloomsbury Street
London
WC1B 3HF
Contact
Amanda Jones
amanda.jones@artscouncil.org.uk
Telephone
+44 1615374120
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.artscouncil.org.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Grant Funding
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Arts Council England’s Environmental Responsibility Programme 23+
Reference number
407 ACE ITT
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
Environmental Responsibility (ER) Programme: This aim of this contract is to support the creative and cultural sector in embedding Arts Council England’s (ACE) Environmental Responsibility Investment Principle (ERIP), to measure and report sector progress of carbon reduction and climate action. Progress will be demonstrated through representative sampling of those who engage with the programme. The programme will include: free-to-access Environmental Data tools and corresponding support for National Portfolio Organisations (NPO), sector development and leadership programmes, resource development and selective free-to-access content, tool and resources for the wider creative and cultural sector including individuals.
two.1.5) Estimated total value
Value excluding VAT: £1,350,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72260000 - Software-related services
- 73210000 - Research consultancy services
- 80540000 - Environmental training services
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
ACE is seeking a suitably qualified service provider, consortium or contractor (which may be a joint venture comprising of a number of suppliers, or a prime contractor that may sub-contract certain elements of the services) to deliver its ER programme. This programme will reflect ACE’s commitment to ER and in embedding the ERIP as a positive model for sectoral development. The provider(s) will create, deliver and evaluate the programme as the main environmental partner(s) for ACE.
The programme will include, and therefore the successful provider(s) should be able to supply:
1)Environmental data tool and support. This should be available (as a minimum) to all NPO. The tool is expected to allow for historical (annual) data collection and forecasting, and if possible support the collection of qualitative data. Data - in its widest sense - is a key part of the ERIP model.
The service should include the provision of technical support, which may include a helpdesk, alongside guidance materials, webinars etc. on how to use the tool. The supplier should also support users to use the data effectively, for example guides on best practice or how data can inform environmental policy, strategies or action plans.
The collected data should be available directly to the submitting organisation as both raw data and through insights reporting (dashboards, reports etc.), as well as appropriately anonymised versions made publicly available on a regular or annual basis.
The system must be fully functional and in operation by 1 April 2023. Any required system development, testing and onboarding must be scheduled to take place before this date.
2)Sector development and/or leadership programme(s). One or more programmes that demonstrate meaningful progression within the sector and reflect the core values of the ERIP.
3)Sector wide engagement programme. Selected access to tools, resources and training for the cultural and creative sector beyond ACE’s NPO. This is to support the ambitions of sector development in line with the ERIP. This could include, for example: carbon literacy training, upskilling and/or workforce development, or an accessible carbon calculator and resources on how to develop environmental actions for individuals or organisations that are not regularly funded.
4)ACE support and consultation. Provision of support to ACE including training, consultancy and maintenance of its own Action Plan and Policy.
5)Evaluation and Advocacy. The provider should have methodologies to evaluate and share progress across the above strands. This could include sector surveys, use of data gained from tools, case studies and/or other feedback loops. Sharing of evaluation could delivered through an annual report or other means, but should demonstrate progress and success in line with the expectations of the ERIP.
The systems, tools and process to deliver the above must be fully agreed, functional and in operation by 1 April 2023. Any required system development, testing and onboarding must be scheduled to take place before this date.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Quality criterion - Name: Social / Weighting: 10
Cost criterion - Name: Price / Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £1,350,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 September 2022
End date
31 March 2026
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
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
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
19 May 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
19 May 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/ZYQ88982PA
GO Reference: GO-202247-PRO-19930072
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The Arts Council of England
21 Bloomsbury Street
London
WC1B 3HF
Telephone
+44 1615374120
Country
United Kingdom