Approval to Award the Contract for the courtyard canopy, door repairs and replacement fire alarm at St Andrew's Methodist School, Little Hulton
June 14, 2023 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 courtyard canopy, door repairs and replacement fire alarm at St
Andrew’s Methodist School, Little Hulton
Detail required
Answers
Title/Description of Contracted
Service/Supply/Project
Courtyard canopy, door repairs and replacement fire
alarm at St Andrew’s Methodist School Little
Hulton
Name of Successful
Contractor
Schofield & Sons Ltd
Supplier Registration Number
(to be supplied by Corporate
Procurement)
02459259
Type of organisation
(to be supplied by Corporate
Procurement)
Private Limited Company
Status of Organisation
(to be supplied by Corporate
Procurement)
SME
Contract Value (£)
£224,561
(£260,000 full project)
Contract Duration
6 weeks
Contract Start Date
21/07/2023
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)
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
Minor Building Works Framework Lot 2
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
school’s asset management plan.
The works are for essential
external repairs including the replacement of curtain walling,
window frames, doors and roof areas. Removal of glazed canopy in
the courtyard area and replacement with a new canopy. Installation
of a new fire alarm system.
Options considered and rejected
were: None. All procedures are
in accordance with normal contractual standing orders.
Assessment of Risk: High
The works have been identified as potential
health and safety risks and need to be addressed. Failure to undertake the works could lead to
serious injury if elements were to fall on staff, pupils or
visitors below.
The source of funding
is: Schools Capital Programme
2023/24 (Expenditure code: E23008)
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 Minor Building Works Framework Agreement Lot 2.
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 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
Schofield & Sons 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
£260,000 (Tender costs £224,561 Plus surveys,
professional fees and associated additional costs of £35,439)
will be funded from the 2023/24 capital maintenance grant which has
been awarded to the council.
Procurement Advice obtained:
supplied by Deborah Derbyshire
The works have been
competitively tendered by means of a mini competition under the
Council’s own Minor Building Works Framework Lot 2 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 14th
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: Cllr Youd Dated: 14 June
2023.
Lead Member
FOR DEMOCRATIC SERVICES USE
ONLY
*
This decision was published on 14 June 2023
*
This decision will come in force at 4.00 p.m. on 21 June 2023
unless it is called-in in
accordance with the Decision-Making Process Rules.
Details
| Outcome | Recommendations Approved |
| Decision date | 14 Jun 2023 |
| Subject to call-in | Yes |