Ten_09 CRP2 - Consultant Appointment for CRP Delivery

August 28, 2025 Corporate Director (Place & Wellbeing) & Deputy Chief Executive (Officer) Awaiting outcome View on council website
Full council record
Purpose

On 20 December 2024, Cabinet accepted the
Community Regeneration Partnership funding and commenced delivery.
Prior to this, the programme was accepted into the Policy Framework
by Full Council on 8 June 2024 and the principle of entering the
Partnership approved by Cabinet on 26 July 2024. Subsequently, the
funding has been received and a Memorandum of Understanding entered
with MHCLG which includes TDC as the Accountable Body. The funding
period lasts until 31 March 2026.
The appointment of the required services are necessary to progress
the project through to delivery, including achieving defrayment in
line with the MOU.
The Council has conducted a procurement process in line with the
constitution to procure a competent consultant with a comprehensive
skill set including landscape architect, Principal Designer,
engineering and community engagement.
The appointment includes roles relevant to health and safety and
the Building Regulations required by legislation, ensuring the
Council complies with its client duties for the works.
In parallel to the above, officers have conducted Requests for
Quotation exercises for the site investigations, in line with the
relevant clauses of the Council’s Procurement Procedure
Rules, subject to the value of the specific surveys. Site
investigations are important to enable risk and cost
management.

Content

To enter into a call off agreement with Bloom
Procurement Services Ltd (company number 08045123) for the
provision of consultancy services, incorporating multi-disciplinary
design team services to be provided by Adams & Sutherland
Architects Ltd, for the Ten_09 Jaywick Public Open Spaces project
which is being delivered as part of the Community Regeneration
Partnership funding programme.

The services have a total cost of £228,360.00 plus VAT
(including 10% contingency).

To procure surveys and site investigations as required for the
project delivery: including (but not limited to) topographic,
utility and ecology; as required for the proper delivery of the
project, including for cost and risk management, statutory consents
and health & safety, limited by the budget of £20,000 as
set out within the approved Project Initiation Document.

Alternative options considered

Option 1 – Not to appoint this company:
In line with the Procurement Procedure Rules a minimum of four
tenderers were invited for this opportunity and three tender
returns were received. The proposed appointment was evaluated by a
panel of officers as meeting the Council’s requirements,
including social value, and providing the most competitive value
for money.
Option 2 – Not to appoint at this time: Due to the limited
funding envelope, delaying appointing to this key role in the
project team could negatively impact on the feasibility of the
project and risk the funding secured.
Option 3 – Not to appoint an external consultant: this
approach was not selected due to there not being sufficient
capacity from sufficiently qualified and experienced personnel
within Council teams to be resourced to the project.
Option 4 – Not to progress the project: this would forfeit
significant government funding and the opportunity to address
important local issues, and could impact on the Council’s
access to central government regeneration funding in the
future.

Details

Decision date28 Aug 2025