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 |
View Full Notice
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