The Arts Council of England: Arts Council England’s Environmental Responsibility Programme 23+

  The Arts Council of England is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Arts Council England’s Environmental Responsibility Programme 23+
Notice type: Contract Notice
Authority: The Arts Council of England
Nature of contract: Services
Procedure: Open
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.
Published: 07/04/2022 17:07
Please note this opportunity is not yet open for responses. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile. If you require further assistance, please use the Contact Us form.

View Full Notice

UK-London: IT services: consulting, software development, Internet and support.
Section I: Contracting Authority
      I.1) Name and addresses
             The Arts Council of England
             21 Bloomsbury Street, London, WC1B 3HF, United Kingdom
             Tel. +44 1615374120, Email: amanda.jones@artscouncil.org.uk
             Contact: Amanda Jones
             Main Address: https://www.artscouncil.org.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.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 abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Arts Council England’s Environmental Responsibility Programme 23+       
      Reference Number: 407 ACE ITT
      II.1.2) Main CPV Code:
      72000000 - IT services: consulting, software development, Internet and support.

      II.1.3) Type of contract: SERVICES
      II.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.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,350,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      72260000 - Software-related services.
      73210000 - Research consultancy services.
      80540000 - Environmental training services.
      90700000 - Environmental services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 70
            Quality criterion - Name: Social / Weighting: 10
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,350,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2022 / End: 31/03/2026       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.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 III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 19/05/2022 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 19/05/2022
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.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
   VI.4) Procedures for review
   VI.4.1) Review body:
             The High Court of Justice
       London, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             The Arts Council of England
          21 Bloomsbury Street, London, WC1B 3HF, United Kingdom
          Tel. +44 1615374120
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 07/04/2022

Annex A


View any Notice Addenda

View Award Notice