Whittle Street Children's Home refurbishment (Tracy Squirrell/ Dave Lyon)
December 9, 2024 Approved View on council websiteFull council record
Content
Salford City Council – Record of
Decision
I Councillor Youd, Lead Member
for Finance and Support Services and chairman of the Procurement
Board, in exercise of the powers
contained within the Council Constitution do hereby approve:
·
to Award the Contract for repairs and refurbishment
works at 90, Whittle Street, as detailed in the table
below:
Detail required
Answers
Title/Description of Contracted
Service/Supply/Project
Repairs and Refurbishment at 90 Whittle
Street
Name of Successful
Contractor
Manchester and Cheshire Construction
Supplier Registration Number
(to be supplied by Corporate
Procurement)
01021959
Type of organisation
(to be supplied by Corporate
Procurement)
Private Limited Company
Status of Organisation
(to be supplied by Corporate
Procurement)
SME
Contract Value (£)
£171,903.96
(£195,000 full project costs including fees and
associated costs)
Contract Duration
4 Weeks
Contract Start Date
20/01/2025
Contract End Date
14/02/2025
Optional Extension Period 1
months
Optional Extension Period 2
months
Who will approve each Extension
Period?
Choose an item.
Contact Officer (Name &
number)
Adam Vanden
Lead Service Group
Place
How the contract
was procured?
(to be supplied by
procurement)
Mini Competition
Framework Details (where
applicable)
(procurement body, framework reference
& title, start/ end date
Minor Works and Refurbishment Lot 1
Funding Source
Capital Programme
Ethical Contractor (EC): Mayor’s
Employment Charter
EC: Committed to sign Charter
EC: Accredited Living Wage
Employer
The Reasons are: The works are essential repairs and
maintenance to meet Ofsted requirements.
Options considered and rejected
were: None. All procedures are
in accordance with normal contractual standing orders.
Assessment of Risk:
High
Failure to undertake the
planned works cold result in the building being closed with the
authority being unable to provide sufficient facilities for
children in its care.
The source of funding
is:
Capital Programme.
Legal Advice obtained:
Tony Hatton
When
commissioning contracts for the procurement of goods, services, or
the execution of works, the Council must comply with the Public
Contracts Regulations 2015 (PCR) and its own Contractual Standing
Orders (CSO’s), failing which a contract may be subject to
legal challenge from an aggrieved provider. The proposed award of
the contract follows a tender exercise by mini-competition in
accordance with the Minor Building Works Framework Agreement Lot
1.
The
Council will need to have followed the procedure set out in the
framework agreement for mini-competition to ensure that the
procurement process is compliant. Three companies from the
framework suppliers submitted a tender, and the bid has been
evaluated on the most economically advantageous tender basis in
line with published procedures resulting in the proposed award of
the contract to Manchester and Cheshire Construction. The
procurement procedures therefore appear robust and compliant with
the requirements of the Council’s CSO’s and
PCR.
Financial Advice obtained Daniel Hillman, Senior Accountant,
25.11.2024
The
Procurement board report requests approval to award Manchester and
Cheshire Construction the contract for repairs and refurbishment at
90, Whittle Street. Following a successful tender process which was
completed by mini-competition under Minor works and refurbishment
lot 1.
The
scheme is recognised in the Place, Property Capital programme for
2024/25 and will be funded from general unsupported borrowing.
Tender costs £171,985.55, plus surveys, professional fees and
associated costs of £23,014.45.
Procurement Advice obtained: Daniel Cunliffe, Category
Manager.
The project has been procured by the use of SCC own minor works
framework Lot 1 inviting all companies under this lot by means of
mini-competition. This is a compliant route to market that conforms
with the Public Contract Regulations and the Council’s
Contractual Standing Orders.
As part of the Council’s Innovate programme and budget
challenges over the next three years, the service group should
consider efficiencies, revenue savings opportunities and enhanced
contract management KPI’s as part of this
contract.
HR Advice obtained:
N/A.
Climate Change Implications
obtained:
No significant Climate Change
implications in this project. All projects are developed to meet or
exceed current legislation and requirements relating to energy
efficiency and carbon reduction targets. Projects are required to
support the Council’s objectives of becoming carbon neutral
by 2038.
The works will be programmed to
minimise the traffic impact in the area. Any waste materials will
be removed and taken to a transfer station for systematic sorting
and recycling to ensure minimal landfill waste.
Sustainability plans would be
targeted to also align with opportunities to continue to deliver
social value outcomes.
The following documents have
been used to assist the decision process:
·
Report to Procurement Board dated 9 December
2024.
Contact Officer: Adam Vanden
Telephone number: 07546764326
·
This matter is not subject to consideration by
another Lead Member.
·
The appropriate Scrutiny Committee to call-in the
decision is the Growth and Prosperity Scrutiny Panel and the
Overview and Scrutiny Board.
Signed: Cllr J
Youd Dated: 9 December
2024.
Lead Member
FOR DEMOCRATIC SERVICES USE
ONLY
*
This decision was published on 9
December 2024
*
This decision will come in force at 4.00 p.m. on 16 December 2024
unless it is called-in in
accordance with the Decision Making
Process
Rules.
Related Meeting
Procurement Board - Monday, 9 December 2024 2.00 pm on December 9, 2024
Details
| Outcome | Recommendations Approved |
| Decision date | 9 Dec 2024 |
| Subject to call-in | Yes |