Approval to Award the Contract for the electrical rewire at North Walkden Primary School

June 28, 2023 Approved View on council website
Full council record
Content

Salford City Council – Record of
Decision
 
I Paul Dennett, City
Mayor, in exercise of the powers
contained within the Council Constitution do hereby approve:
 

to Award the Contract for the electrical rewire at
North Walkden Primary School, as detailed in the table
below:

 

Detail required

Answers

Title/Description of Contracted
Service/Supply/Project

Electrical Rewire – North Walkden Primary
School

Name of Successful
Contractor

A Copeland Group Ltd

Supplier Registration Number

(to be supplied by Corporate
Procurement)

01176225

Type of organisation

(to be supplied by Corporate
Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate
Procurement)

SME

Contract Value (£)

£203,741.07    (£240,000 full
project)

Contract Duration

 14 weeks

Contract Start Date

24/07/2023

Contract End Date

27/10/2023

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)

Les Woolhouse 07713 786 093

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

NHS SBS Hard Facilities Management 2 Framework
– Lot2.2c

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 have been identified
on the schools asset management plan. The works are for complete
replacement of the general lighting systems, the small power
systems, mains distribution system and partial replacement of the
containment systems.
 
Options considered and
rejected were:
None. All procedures are in accordance with normal
contractual standing orders.
 
Assessment of Risk: Medium
Failure to undertake the works leaves the school electrical
system vulnerable to faults and possible failure. Should the system
fail the school would be subjected to potential closure or severe
disruption to teaching and learning.
 
The source of funding
is: Schools Capital Programme 2023/24 (Expenditure code:
E23030)
 
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 (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, and the proposed award
of the contract follows a tender exercise by mini competition in
accordance with the NHS SBS Hard Facilities Management 2 Framework
Lot 2.2c.
 
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. One company 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 A
Copeland Group Ltd. The procurement procedures therefore appear
robust and compliant with the requirements of the Council’s
CSO’s and PCR.
 
Financial Advice
obtained:
Submitted by: Natalie Birchall
The works to the sum of
£240,000 (Tender costs £203,741.07 Plus surveys,
professional fees and associated additional costs of
£36,258.93) will be funded from the 2023/24 capital
maintenance grant which has been awarded to the council.
 
Procurement Advice
obtained: Supplied by: Daniel Cunliffe,
Procurement Officer, Tel: 0161 686 6249.
The works have been
competitively tendered by means of a mini competition under the NHS
SBS Hard Facilities Management 2 Framework Lot 2.2c 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.
 
HR Advice
obtained: N/a
 
 
 
Climate Change Implications:
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 28th
June 2023
 
Contact Officer: Les Woolhouse
Telephone number: 07713 786 093
 
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:     Paul
Dennett    Dated:     28 June
2023.
           
       City
Mayor
 

FOR DEMOCRATIC SERVICES USE
ONLY
 
*          
This decision was published on 28 June 2023
*          
This decision will come in force at 4.00 p.m. on 6 July 2023
unless it is called-in in
accordance with the Decision Making Process Rules.
 

Details

OutcomeRecommendations Approved
Decision date28 Jun 2023
Subject to call-inYes