Approval to Award the Contract for the Minor Building Works Framework Agreements

November 22, 2023 Approved 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, in exercise of the powers contained within the
Council Constitution
do hereby approve:
 
·     
approval to Award the
Contract for the Minor Building Works Framework Agreements, as
detailed in the table below:

 

Detail required

Answers

Title/Description of Contracted
Service/Supply/Project

Appointment of Contractors for the Minor Building
Works Framework Agreements

 

Successful Contractors – In Alphabetical
Order

Name of Successful
Contractor

City Build Manchester Ltd – Lot 2
only

Supplier Registration Number

(to be supplied by Corporate
Procurement)

03414425

Type of organisation

(to be supplied by Corporate
Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate
Procurement)

SME

Ethical Contractor (EC): Mayor’s
Employment Charter

 
 

EC: Committed to sign up to
charter

EC: Accredited Living Wage
Employer

 

 

Name of Successful
Contractor

Cunard Construction Ltd Lot 1 & 2

Supplier Registration Number

(to be supplied by Corporate
Procurement)

09778718

Type of organisation

(to be supplied by Corporate
Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate
Procurement)

SME

Ethical Contractor (EC): Mayor’s
Employment Charter

 
 

EC: Committed to sign up to
charter

EC: Accredited Living Wage
Employer

 

 

Name of Successful
Contractor

G Jones Builders Limited – Lot 1
only

Supplier Registration Number

(to be supplied by Corporate
Procurement)

04928174

Type of organisation

(to be supplied by Corporate
Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate
Procurement)

SME

Ethical Contractor (EC): Mayor’s
Employment Charter

 
 

EC: Committed to sign up to
charter

EC: Accredited Living Wage
Employer

 

 

Name of Successful
Contractor

Manchester & Cheshire Construction – Lot 1
& 2

Supplier Registration Number

(to be supplied by Corporate
Procurement)

1021959

Type of organisation

(to be supplied by Corporate
Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate
Procurement)

SME

Ethical Contractor (EC): Mayor’s
Employment Charter

 
 

EC: Committed to sign up to
charter

EC: Accredited Living Wage Employer

 

 

Name of Successful
Contractor

Schofield & Sons Limited – Lot 1 &
2

Supplier Registration Number

(to be supplied by Corporate
Procurement)

2459259

Type of organisation

(to be supplied by Corporate
Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate
Procurement)

SME

Ethical Contractor (EC): Mayor’s
Employment Charter

 
 

EC: Committed to sign up to
charter

EC: Accredited Living Wage
Employer

 

 

Name of Successful
Contractor

Wright Build Ltd – Lot 1 & 2

Supplier Registration Number

(to be supplied by Corporate
Procurement)

01401191

Type of organisation

(to be supplied by Corporate
Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate
Procurement)

SME

Ethical Contractor (EC): Mayor’s
Employment Charter

 
 

EC: Committed to sign up to
charter

EC: Accredited Living Wage
Employer

 

 

Contract Value

Lot 1 £0 - £350,000
Lot 2 £350,000 - £750,000

Contract Duration

24 months

Contract Start Date

01/12/2023

Contract End Date

30/11/2025

Optional Extension Period 1

12 months

Optional Extension Period 2

12 months

Who will approve each Extension
Period?

Procurement Board (extension >
£150k)

Contact Officer (Name &
number)

Les Woolhouse 07713 786093

Lead Service Group

Place

How the contract was procured?

(to be supplied by
procurement)

Open Procedure

Framework Details (where
applicable)

(procurement body, framework reference
& title, start/ end date

N/A

Funding Source

Capital & Revenue Programmes

 
 

 
The Reasons are: to enable the Council to procure
building works on a competitive basis under a Minor Building Works
Framework Agreement.
 
Options considered and rejected
were: None – all
procedures are in accordance with normal Standing
Orders.
 
Assessment of Risk: Low
 
The source of funding
is: N/A – no direct
financial obligations.
 
Legal Advice
obtained: T
Hatton
The report sets out
the details for appointing bidders to the Council’s Minor
Works Framework Agreement Lots 1 and 2 which are due for renewal.
There are two category values (£0 - £350,000 and
£350,000 - £750,000) for which contractors require to
be appointed.
 
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 purpose of a
framework agreement is to select through a procurement/evaluation
process a number of providers who can meet the service requirements
of the Council, as and when those services are required. The work
undertaken thus far is explained throughout the report, and sets
out the issues and tender process involved, including the
evaluation of bids, to ensure compliance with PCR and
CSO’s.
 
A total of thirteen
tenders were received from framework suppliers across the two value
lots which have been evaluated in accordance with the procurement
procedures and selection criteria set out in the tender documents
resulting in the proposed appointment to the frameworks of the
contractors listed in the report under Lots 1 and 2.
 
The award procedures
therefore appear robust and complaint with the requirements of
public procurement legislation and the Council’s
CSO’s.
 
Legal Services will
assist with preparing any contractual documentation upon receipt of
instructions to ensure the Council’s position and interests
are protected.
 
Financial Advice
obtained: Grace Rogerson
– Senior Accountant – 03/11/23
The report sets out
the details for appointing bidders to the Council’s Minor
Works Framework Agreements which are due for renewal.
 
A framework agreement
is an overarching agreement setting out terms and conditions for
subsequent award of contract, but places no obligations on the
Council to purchase any goods, services or works.
 
So there are no direct
financial implications for the Council from the awarding of places
on the framework.  However, it will
provide clear guidance to officers procuring these types of works
and ensure that best value is achieved in support of the innovate
programme.

The costs of any works carried out under the frameworks will be
funded from within available resources included within the Councils
approved capital and revenue programmes.
 
Procurement Advice obtained: Deborah Derbyshire x
6244
The opportunity was
advertised in the FTS replacement for the European Journal,
Contracts Finder and the Northwest Portal as an open competition
inviting interested companies to submit a bid for one or both
lots.
 
The proposal will
allow us to provide clear guidance to Council Officers regarding
any procurement of capital and revenue funded building projects via
the two encompassing Minor Building Works Framework Agreements
either by direct award for work below £75,000 for Lot 1 only
for emergency/essential work and mini competitions for both lots
around work valued above £75,000 to
£750,000.  This will ensure that
the council is receiving best value for money in support of the
innovate programme and that all such procurement activities are
complaint, therefore this complies with Contractual Standing Orders
and the Procurement Contract Regulations.
 
HR Advice obtained:
N/A
 
Climate Change Implications
obtained:
No significant Climate Change
implications for the formation of the framework as this will be
considered under each separate tender process. 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 following documents have
been used to assist the decision process.
·     
Report to Procurement Board dated 22nd
November 2023
 
Contact Officer: Les Woolhouse
Telephone number: 0713 786093
 
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 Committee
 
 

Signed:    Cllr J Youd
   Dated:    22 November
2023.
           
   Lead Member
 

FOR DEMOCRATIC SERVICES USE
ONLY
 
*          
This decision was published on 22 November 2023
*          
This decision will come in force at 4.00 p.m. on 30 November 2023
unless it is called-in in
accordance with the Decision Making Process Rules.
 

Details

OutcomeRecommendations Approved
Decision date22 Nov 2023
Subject to call-inYes