Turnpike Depot, Electrical Infrastructure Upgrade (Tracy Squirrell)

July 28, 2025 Awaiting outcome View on council website
Full 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, accept the recommendation of the Procurement Board and in
exercise of the powers contained within the Council Constitution do
hereby:
 
·     
approve to Award the Contract forelectrical
infrastructure upgrade at Turnpike Depot, as detailed in the table
below:

Detail required

Answers

Title/Description of Contracted
Service/Supply/Project

Turnpike Depot – Electrical Infrastructure
Upgrade

Procurement Reference numbers (DN and CR
number supplied by Procurement)

S1232/DN764182

Name of Successful
Contractor

Rosgal
Ltd

Supplier Registration Number

(to be supplied by Procurement

03731189

Proclass
Classification No.

(to be completed by
procurement)

391110

Type of organisation

(to be supplied by
Procurement)

Private Limited Company

Status of Organisation

(to be supplied by
Procurement)

SME

Contract Value (£)

£ 312,496.00        
construction costs

Total contract value £ (including
extensions)

£355,000         
total project value including professional fees and associated
costs

Contract Duration

8 weeks

Contract Start Date

11/08/2025

Contract End Date

03/10/2025

Optional Extension Period 1

N/a

Optional Extension Period 2

N/a

Who will approve each Extension
Period?

Choose an item

Contact Officer (Name &
number)

Lee Clare,
07710 504 087

 
 

 

 

Lead Service
Group

Place

How the
contract was procured?
(to be supplied by
procurement)

ITT

Framework Details (where
applicable)
(procurement body, framework
reference & title, start/ end date

SCC Technical and Highways Works
Framework

Funding
Source

Capital Programme

Ethical Contractor (EC):
Mayor’s Employment Charter

Yes
 

EC: Committed to sign The
Mayor’s Employment Charter

N/A
 
 

EC: Committed to the principles
outlined in the Mayor’s Employment
charter

N/A
 

EC: Accredited Living Wage
Employer

Yes
 

EC: Committed to becoming
Accredited Living wage Employer

N/A
?

 
 
The Reasons are: The works
are essential electrical infrastructure upgrade works to prevent
loss of power to Turnpike Depot buildings.
 
Options considered and
rejected were:
None. All were in accordance with normal contractual
standing orders.
 
Assessment of Risk: High – Failure
to undertake the works could result in loss of electrical power to
the depot buildings and ancillary areas.
 
The source of funding
is: the Capital
Programme.
 
Legal Advice
obtained:
Tony Hatton, Solicitor
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. CSO’s stipulate that
where a suitable framework agreement exists, this must be used
unless there is an auditable reason not to. The proposed award of
the contract follows a tender exercise by mini competition in
accordance with the Technical and Highways Works
Framework
 
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. Two 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 procedure
resulting in the proposed award of the contract to Rosgal Ltd. The procurement procedures therefore
appear robust and complaint with the requirements of the
Council’s CSO’s and PCR.
 
Financial Advice
obtained:
Daniel Hillman, Senior Accountant,
11.07.2025.
The Procurement Board
report, requests approval to award the contract for the electrical
infrastructure upgrade at Turnpike Depot to Rosgal Ltd. Following a successful tender process
which was completed by mini competition under the Technical and
Highways Works Framework.
 
The total project cost
of £0.355m is a contract cost of £0.312m plus surveys,
professional fees and associated costs of £0.043m. The scheme
is recognised in the Place, Property Capital programme for 2025/26.
and will be funded from general unsupported borrowing.
 
Procurement Advice obtained: Heather
Stanton, Category Manager
The project has been
procured by the use of SCC Technical and Highways Works Framework
inviting all companies under this Lot by means of mini
competition.  This is a complaint route
to market that conforms with Public Contract Regulations 2015 and
the Council’s Contractual Standing Orders.
 
HR Advice
obtained: N/A
 
Climate Change Implications obtained: Building Surveying & Facilities Management Team
No significant Climate Change
implications in this project.  All
projects are developed to meet or exceed current legislation and
requirements 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 28th
July 2025 Titled Turnpike Depot – Electrical Infrastructure
Works.
 
Contact Officer: Lee Clare
Telephone number: 07710 504 087
 
·     
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:
    28 July
2025.
           
   Lead Member
 
 
 
 
 

FOR DEMOCRATIC SERVICES USE
ONLY
 
*          
This decision was published on 29 July 2025
*          
This decision will come in force at 4.00 p.m. on 5 August 2025
unless it is called-in in accordance
with the Decision Making Process Rules.
 

Related Meeting

Procurement Board - Monday, 28 July 2025 2.00 pm on July 28, 2025

Details

Decision date28 Jul 2025
Subject to call-inYes