URGENT ITEM: Approval to Award the Contract for the provision of temporary accommodation for the Broadwalk PRU.

July 12, 2023 Approved View on council website
Full council record
Content

Executive Decision
 
Urgent Executive Decision
 
Request to a Scrutiny Chair that an Urgent
Executive Decision be made without being published in the
Forward Plan, and / or that the Executive Decision be exempt
from Call-In for Scrutiny
 

Decision
maker
 

Procurement Board

Nature of the
decision
 

Approval for the temporary relocation of
Broadwalk PRU to Former Ambrose Barlow
site

Non-confidential
reports
Can be made available to the
public

Procurement Board Report

Confidential
reports
Containing confidential or exempt
information

None, so N/a

Reason for
confidentiality
 

N/a

Intended date of
decision
 

12th July 2023

Officer contact
details
For any further information

Name:
Tel:
Email:

Craig Monaghan
07711 455 008
Craig.monagha@salford.gov.uk

Has the decision been published in a
Forward Plan?

N/a

Reasons for special
urgency such that this cannot be published in a Forward
Plan

This is not a key decision and so is not
required to be published in the forward Plan.
 
 

Is exemption from call-in for
scrutiny needed?

Yes.
There have been delays in identifying a
suitable available site and assessment of the required works to
deliver a building suitable for the pupils.
Works need to be completed by September
2023.
 

Advice as to how any delay will
seriously prejudice the legal or financial position of the
Council

Any delays will jeopardise the opening of the
school site within the agreed timescales.

Scrutiny
Chair
Who has agreed the decision is
reasonable and urgent

Name:

John Mullen

Signed:

John Mullen

Date:

11/07/2023

Request prepared by:

Mike Goddard

 
 
Salford City Council - Record of
Decision
 
I, Councillor Youd,
Lead Member for Finance, Support Services & Industrial
Relations and Chair of the Procurement Board, in exercise of
the powers contained within the Council Constitution, do hereby approve:
·        
To Award the Contract for the provision of temporary
accommodation for the Broadwalk
PRU
 

Detail required

Answers

Title/Description
of Contracted Service/Supply/Project

Provision of temporary accommodation for the Broadwalk PRU

Name of Successful Contractor

Schofield & Sons Ltd

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

Contract Value (£)

£197,889.00    full project
(£230,000)

Contract Duration

7 weeks

Contract Start Date

17/07/2023

Contract End Date

01/09/2023

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)

Lead Service Group

People Services

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 Building Works Framework 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: To provide temporary accommodation at the
Former Ambrose Barlow School for the pupils attending Broadwalk PRU.
 
Options considered and rejected
were: None. All procedures
are in accordance with normal contractual standing orders.
 
Assessment of Risk: High
The current site of the Broadwalk PRU is being decommissioned to allow for
the construction of a purpose-built youth zone.  The PRU require temporary accommodation for its
pupils from September 2023 to ensure that they continue to receive
the learning and support they require.
 
The source of funding is: Schools
capital Programme 2023/24
 
Legal Advice obtained: Supplied by: 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 (CSR’s),
failing which a contract may be subject to 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 Lot 1
agreement.
 
The Council will need to have
followed the procedure set out in the framework agreement for mini
competition to ensure the procurement process is compliant. Two
tenders were received from framework suppliers for this project,
which have been evaluated on the most economically advantageous
tender basis in line with published procedures resulting in the
proposed award of the contract to Schofield & Sons
Limited.  The procurement procedures
therefore appear robust and compliant with the requirements of the
Council’s CSO’s and PCR.
 
Financial Advice obtained: Natalie Birchall
There is funding of
£230,000 available under the 2023/24 capital maintenance
grant to cover the costs outlined in this report. (Tender costs of
£197,889 plus professional fees and other associated costs of
£32,111).
 
Procurement Advice
obtained: Supplied by:  Anthony
Hilton
The project has been competitively
tendered by means of a mini competition under the Council’s
own Minor Building Works Framework Lot 1, which complies with the
Council’s Contractual Standing Orders and the Procurement
Contract Regulations.
 
The winning tenderer has submitted the most
economically advantageous offer in line with the rules of the
framework and the award also supports the Council’s
objectives of working towards delivering social value on 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
12th July 2023
 
Contact Officer:     
Tracy Squirrell        Tel.
0161 779 4954
tracy.squirrell@salford.gov.uk
 
This matter is not subject to consideration by
another Lead Member.
 
This decision is urgent and is not subject to
call-in, in accordance with the decision-making procedure
rules.
 
 

Signed:                       
Dated: 12th July 2023
Lead Member for
Finance, Support Services & Industrial Relations
 

 
This decision was published on 12th July 2023.
 
This decision is not subject to call-in and
will come into force with immediate effect.
 

Details

OutcomeRecommendations Approved
Decision date12 Jul 2023