School Repairs: Lewis Street - roof repairs - phase 2 (Tracy Squirrel)

May 8, 2024 Procurement Board (Committee) 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, in exercise of the powers
contained within the Council Constitution do hereby approve:
 
·     
to Award the Contract
for roof works and window replacements, phase 2, at Lewis Street
Primary School, as detailed in the table below:
 

Detail required

Answers

Title/Description of Contracted
Service/Supply/Project

Lewis Street Primary – Roof works and window
replacements, phase 2

Name of Successful
Contractor

Wright Build Ltd

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

Contract Value (£)

£329,641        
(£385,000 full project)

Contract Duration

 14 weeks

Contract Start Date

25/05/2024

Contract End Date

02/09/2023

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)

Dave Lyon

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
schools asset management plan. The works are for essential repairs
to the roof and replacement of windows.
 
Options considered and rejected
were: None. All procedures are
in accordance with normal contractual standing orders.
 
Assessment of Risk:
High
Failure to maintain the fabric
of the building could result in the closure of classrooms and
ancillary areas which would have a negative impact on the education
of the pupils.
 
The source of funding
is: Schools Capital Programme
2024/25 (Expenditure code: E23114).
 
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. 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 that the
procurement process is compliant. Four 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
Wright Build 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:
Laura Morley – 26.04.2024
The works will be
fully funded from the 2024/25 Childrens Capital programme. Tender
costs £329,641 plus surveys, professional fees and associated
additional costs of £55,359. The source of funding is from the School’s
Capital Maintenance Grant which has been awarded to the City
Council.
 
Procurement Advice
obtained: Supplied by:  Deborah
Derbyshire
The
project has been procured by the use of SCC own minor works
framework Lot 2 inviting all companies under this lot by means of
mini competition. This is a compliant route to market that conforms
with the Public Contract Regulations and the Council’s
Contractual Standing Orders.
 
As part of the Council’s Innovate programme and budget
challenges over the next three years, the service group should
consider efficiencies, revenue savings opportunities and enhanced
contract management KPI’s as part of this
contract.
 
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 8th May
2024.
 
Contact Officer: Dave Lyon
Telephone number: 07836 620033
 
·     
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:
    8 May
2024.
           
     Lead
Member
 

FOR DEMOCRATIC SERVICES USE
ONLY
 
*          
This decision was published on 9 May 2024
*          
This decision will come in force at 4.00 p.m. on 16 May
2024 unless it is called-in in
accordance with the Decision Making Process Rules.
 

Details

Decision date8 May 2024
Effective from17 May 2024
Subject to call-inYes