Maldon District Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Development Viability Framework |
Notice type: | Contract Notice |
Authority: | Maldon District Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Maldon District Council (MDC) and Braintree District Council (BDC) are receiving an increasing number of Planning Applications that involve issues of financial viability. For reasons of efficiency and to ensure objectivity and impartiality, these authorities wish to appoint consultants to undertake assessments on Planning Applications to establish viability, particularly in relation to provision of on-site affordable housing or a commuted sum towards off-site affordable housing provision if the scheme is not viable. Those appointed may also be asked to assist with the development and testing of policies associated with this area of work, making best use of existing and acquired knowledge of the local housing market areas. |
Published: | 07/03/2017 11:51 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Maldon Distfrict Council
Princes Road, Maldon, CM9 5DL, United Kingdom
Email: paula.jarvis@maldon.gov.uk
Contact: Paula Jarvis
Main Address: www.maldon.gov.uk
NUTS Code: UKH3
I.2) Joint procurement
The contract involves joint procurement: Yes.
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: http://www.delta-esourcing.com/tenders/UK-UK-Maldon:-Development-consultancy-services./87R3458J5Q
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
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Development Viability Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
73220000 - Development consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Maldon District Council (MDC) and Braintree District Council (BDC) are receiving an increasing number of Planning Applications that involve issues of financial viability. For reasons of efficiency and to ensure objectivity and impartiality, these authorities wish to appoint consultants to undertake assessments on Planning Applications to establish viability, particularly in relation to provision of on-site affordable housing or a commuted sum towards off-site affordable housing provision if the scheme is not viable. Those appointed may also be asked to assist with the development and testing of policies associated with this area of work, making best use of existing and acquired knowledge of the local housing market areas.
II.1.5) Estimated total value:
Value excluding VAT: 200,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
90712100 - Urban environmental development planning.
71315210 - Building services consultancy services.
71318000 - Advisory and consultative engineering services.
71530000 - Construction consultancy services.
71621000 - Technical analysis or consultancy services.
II.2.3) Place of performance:
UKH3 Essex
II.2.4) Description of procurement: Maldon District Council (MDC) and Braintree District Council (BDC) are receiving an increasing number of Planning Applications that involve issues of financial viability. For reasons of efficiency and to ensure objectivity and impartiality, these authorities wish to appoint consultants to undertake assessments on Planning Applications to establish viability, particularly in relation to provision of on-site affordable housing or a commuted sum towards off-site affordable housing provision if the scheme is not viable. Those appointed may also be asked to assist with the development and testing of policies associated with this area of work, making best use of existing and acquired knowledge of the local housing market areas.
To achieve the above the local authorities are looking to create a framework consisting of approximately six (6) to eight (8) Consultants for a period of three (3) years plus a possible 12month extension.
Financial Viability Assessment Stage 1
Financial Viability Assessment Stage 2
Policy Development and Testing
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
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: Not provided
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:
Please see Document
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
As per Document
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: Yes
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 8
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: No
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: 18/04/2017 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:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 18/04/2017
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-Maldon:-Development-consultancy-services./87R3458J5Q
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/87R3458J5Q
VI.4) Procedures for review
VI.4.1) Review body:
Maldon District Council
Princes Road, Maldon, CM9 5DL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Maldon District Council
Princes Road, Maldon, CM9 5DL, United Kingdom
Tel. +44 1621876224
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:
Maldon District Council
Princes Road, Maldon, CM9 5DL, United Kingdom
Tel. +44 1621876224
VI.5) Date Of Dispatch Of This Notice: 07/03/2017
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Braintree District Council
Causeway House, Bocking End, Braintree, CM7 9HB, United Kingdom
Email: paula.jarvis@braintree.gov.uk
Contact: Paula Jarvis
Main Address: www.braintree.gov.uk
NUTS Code: UKH3
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Maldon Distfrict Council
Princes Road, Maldon, CM9 5DL, United Kingdom
Email: paula.jarvis@maldon.gov.uk
Contact: Paula Jarvis
Main Address: www.maldon.gov.uk
NUTS Code: UKH3
I.2) Joint procurement:
The contract involves joint procurement: Yes
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.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Development Viability Framework
Reference number: Not Provided
II.1.2) Main CPV code:
73220000 - Development consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Maldon District Council (MDC) and Braintree District Council (BDC) are receiving an increasing number of Planning Applications that involve issues of financial viability. For reasons of efficiency and to ensure objectivity and impartiality, these authorities wish to appoint consultants to undertake assessments on Planning Applications to establish viability, particularly in relation to provision of on-site affordable housing or a commuted sum towards off-site affordable housing provision if the scheme is not viable. Those appointed may also be asked to assist with the development and testing of policies associated with this area of work, making best use of existing and acquired knowledge of the local housing market areas.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 500,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
90712100 - Urban environmental development planning.
71315210 - Building services consultancy services.
71318000 - Advisory and consultative engineering services.
71530000 - Construction consultancy services.
71621000 - Technical analysis or consultancy services.
II.2.3) Place of performance
Nuts code:
UKH3 - Essex
Main site or place of performance:
Essex
II.2.4) Description of the procurement: Maldon District Council (MDC) are receiving an increasing number of Planning Applications that involve issues of financial viability. For reasons of efficiency & to ensure objectivity and impartiality, these authorities wish to appoint consultants to undertake assessments on Planning Applications to establish viability, particularly in relation to provision of on-site affordable housing or a commuted sum towards off-site affordable housing provision if the scheme is not viable. May also be asked to assist with the development and testing of policies associated with this area of work, making best use of existing and acquired knowledge of the local housing market areas.
II.2.5) Award criteria:
Quality criterion - Name: Please include full details of how your company proposes to comply with the above project brief, and provide a detailed programme plan demonstrating how you will meet or exceed required project times / Weighting: 20
Quality criterion - Name: Examples of viability assessment work (please provide 2 x affordable housing, 2 x others (non-affordable housing) and 2 x previous representation of LA at planning appeals, including decision / Weighting: 15
Quality criterion - Name: Detail your knowledge and experience of the Essex housing market / Weighting: 10
Quality criterion - Name: Information on how you prepare reports for policy and practice as well as specifically for sites/applications involving affordable housing / Weighting: 10
Quality criterion - Name: Provide a detailed example report and copies of your insurance certificates / Weighting: 5
Price - Weighting: 40
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
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
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: MDC/2017/0017
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 12/06/2017
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Dixon Searle Partnership Limited
Wellesley House,, 204 London road, Waterlooville, Hants, Waterlooville, PO7 7AN, United Kingdom
NUTS Code: UKJ3
The contractor is an SME: Yes
Contractor (No.2)
Kift Consulting Ltd
75 Springfield Road, Chelmsford, CM2 6JB, United Kingdom
NUTS Code: UKH3
The contractor is an SME: Yes
Contractor (No.3)
Bailey Venning Associates
Cosmopolitan House, Old Fore Street, Sidmouth, EX10 8LS, United Kingdom
NUTS Code: UKK4
The contractor is an SME: Yes
Contractor (No.4)
Andrew Golland Associates Ltd
Castleton Houses,, 72, Knighton Fields Road East, Leicester, LE2 6DQ, United Kingdom
NUTS Code: UKF21
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 500,000
Total value of the contract/lot: 500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=268829468
VI.4) Procedures for review
VI.4.1) Review body
Maldon District Council
Princes Road, Maldon, CM9 5DL, United Kingdom
VI.4.2) Body responsible for mediation procedures
Maldon District Council
Princes Road, Maldon, CM9 5DL, United Kingdom
Tel. +44 1621876224
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Maldon District Council
Princes Road, Maldon, CM9 5DL, United Kingdom
Tel. +44 1621876224
VI.5) Date of dispatch of this notice: 19/07/2017
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Braintree District Council
Causeway House, Bocking End, Braintree, CM7 9HB, United Kingdom
Email: paula.jarvis@braintree.gov.uk
Contact: Paula Jarvis
Main Address: www.braintree.gov.uk
NUTS Code: UKH3