Maldon District Council and Braintree District Council Development Viability Framework
Maldon District Council and Braintree District Council are receiving an increasing number of Planning Applications that involve issues of financial viability.
United Kingdom-Maldon: Development consultancy services
2017/S 047-086426
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Princes Road
Maldon
CM9 5DL
United Kingdom
Contact person: Paula Jarvis
E-mail: paula.jarvis@maldon.gov.uk
NUTS code: UKH3
I.1)Name and addresses
Causeway House, Bocking End
Braintree
CM7 9HB
United Kingdom
Contact person: Paula Jarvis
E-mail: paula.jarvis@braintree.gov.uk
NUTS code: UKH3
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Development Viability Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
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
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Essex.
II.2.4)Description of the 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 12-month extension.
Financial Viability Assessment Stage 1
Financial Viability Assessment Stage 2
Policy Development and Testing.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Please see Document.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As per Document.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
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
GO Reference: GO-201737-PRO-9743429.
VI.4.1)Review body
Princes Road
Maldon
CM9 5DL
United Kingdom
VI.4.2)Body responsible for mediation procedures
Princes Road
Maldon
CM9 5DL
United Kingdom
Telephone: +44 1621876224
VI.4.4)Service from which information about the review procedure may be obtained
Princes Road
Maldon
CM9 5DL
United Kingdom
Telephone: +44 1621876224
VI.5)Date of dispatch of this notice:
Related Posts
Rural Enterprise Programme Grants Staffordshire
Green Deal Ombudsman and Investigation Service Administration Contract
Business Support Commission Winchester
Quantity Surveyor Services – National Museums Scotland
Industrial Energy Efficiency Innovation Programme Development and Delivery