Tender

Arts Council England’s Environmental Responsibility Programme 23+

  • The Arts Council of England

F02: Contract notice

Notice identifier: 2022/S 000-009430

Procurement identifier (OCID): ocds-h6vhtk-032b71

Published 7 April 2022, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

The Arts Council of England

21 Bloomsbury Street

London

WC1B 3HF

Contact

Amanda Jones

Email

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

https://www.delta-esourcing.com/tenders/UK-UK-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./ZYQ88982PA

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

https://www.delta-esourcing.com/tenders/UK-UK-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./ZYQ88982PA


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:

https://www.delta-esourcing.com/tenders/UK-UK-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./ZYQ88982PA

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