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 forthe heating replacement at
Hilton Lane CP school, as detailed in the
table below:
Detail required
Answers
Title/Description of Contracted
Service/Supply/Project
Hilton Lane CP – Heating Replacement
2024
Name of Successful
Contractor
Seddon Construction Limited
Supplier Registration Number
(to be supplied by Corporate
Procurement)
03578140
Type of organisation
(to be supplied by Corporate
Procurement)
Private Limited Company
Status of Organisation
(to be supplied by Corporate
Procurement)
SME
Contract Value (£)
£187,782.68 (£215,950.08 full project
with fees)
Contract Duration
6 weeks
Contract Start Date
25/07/2024
Contract End Date
01/09/2024
Optional Extension Period 1
Optional Extension Period 2
Who will approve each Extension
Period?
Choose an item.
Contact Officer (Name &
number)
Gary Bendle 07970 543761
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
Consortium Procurement DPS – HVCA+R, Drainage
and Plumbing Services DPS, Category 13
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 replace the existing heating
distribution system with new. This will ensure that the school
remains heated using higher efficiency equipment and reduce the
risk of closing due to failure of old obsolete
equipment.
Options considered and rejected
were: None. All procedures are
in accordance with normal contractual standing orders.
Assessment of Risk: Low
Failure to undertake the works
would not hamper the operation of the school, but the school would
be at risk from leaks and equipment failure due to the age of the
equipment, which would result in the potential closure of the
school.
The source of funding
is: 2024/25 Childrens Capital
programme.
Legal Advice obtained: Supplied by: Tony Hatton 0161
219 6323
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 Consortium Procurement DPC – HVAC+R,
Drainage and Plumbing Services DPS, Category 13.
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 Seddon
Construction Limited. 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
The works will be
fully funded from 2024/25 Childrens Capital programme, full project
costs of £215,950. The source of funding is from the
School’s Capital Maintenance Grant which has been awarded to
the City Council (Capital code: E23016
7015).
Procurement Advice obtained:
Supplied by: Colette Hilton x
6248
The project has been
competitively tendered by means of a mini competition under the
Consortium Procurement DPC –
HVAC+R, Drainage and Plumbing Services DPS, Category 13,
which complies with the Councils Contractual Standing Orders and
the Procurement Contract Regulations.
Although 14 companies
on the Framework were invited to bid, only two submissions were
submitted. The bids were evaluated in
line with the conditions of the Framework.
As part of the Council’s
Innovate Programme enhanced contract management and KPI’s
will form part of this contract.
HR Advice obtained:
N/A
Climate Change Implications
obtained:
While the design incorporates more efficient equipment and
operation, there are 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 12 June
2024.
Contact Officer: Gary Bendle
Telephone number: 07970 543761
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:
12 June
2024.
Lead Member
FOR DEMOCRATIC SERVICES USE
ONLY
*
This decision was published on 12 June 2024
*
This decision will come in force at 4.00 p.m. on 19 June
2024 unless it is called-in in
accordance with the Decision Making Process Rules.
-----------------------------------------------------------------
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
forthe boiler plant and heating replacement in Block one at
Irlam Endowed primary school, as
detailed in the table below:
Detail required
Answers
Title/Description of Contracted
Service/Supply/Project
Irlam Endowed Primary – Boiler and Heating
Replacement 2024
Name of Successful
Contractor
Seddon Construction Limited
Supplier Registration Number
(to be supplied by Corporate
Procurement)
03578140
Type of organisation
(to be supplied by Corporate
Procurement)
Private Limited Company
Status of Organisation
(to be supplied by Corporate
Procurement)
SME
Contract Value (£)
£207,947.18 (£239,139.26 full project
with fees)
Contract Duration
6 weeks
Contract Start Date
25/07/2024
Contract End Date
01/09/2024
Optional Extension Period 1
Optional Extension Period 2
Who will approve each Extension
Period?
Choose an item.
Contact Officer (Name &
number)
Gary Bendle 07970 543761
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
Consortium Procurement DPS – HVCA+R, Drainage
and Plumbing Services DPS, Category 13
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 replace the
existing heating distribution and boiler with new. This will ensure
that the school remains heated using higher efficiency equipment
and reduce the risk of closing due to failure of old obsolete
equipment.
Options considered and rejected
were: None. All procedures are in accordance with normal
contractual standing orders.
Assessment of Risk:
Low
Failure to undertake the works
would not hamper the operation of the school, but the school would
be at risk from leaks and equipment failure due to the age of the
equipment, which would result in the potential closure of the
school.
The source of funding is:
2024/25 Childrens Capital programme.
Legal Advice obtained: Supplied
by: Tony Hatton 0161 219 6323
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 Consortium Procurement DPC – HVAC+R,
Drainage and Plumbing Services DPS, Category 13.
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 Seddon
Construction Limited. 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
The works will be
fully funded from 2024/25 Childrens Capital programme, full project
costs of £239,139. The source of funding is from the
School’s Capital Maintenance Grant which has been awarded to
the City Council (Capital code: E23020
7015).
Procurement Advice obtained:
Supplied by: Colette Hilton x
6248
The project has been
competitively tendered by means of a mini competition under the
Consortium Procurement DPC –
HVAC+R, Drainage and Plumbing Services DPS, Category 13,
which complies with the Councils Contractual Standing Orders and
the Procurement Contract Regulations.
Although 14 companies
on the Framework were invited to bid, only two submissions were
submitted. The bids were evaluated in
line with the conditions of the Framework.
As part of the Council’s
Innovate Programme enhanced contract management and KPI’s
will form part of this contract.
HR Advice obtained:
N/A
Climate Change Implications
obtained:
While the design incorporates more efficient equipment and
operation, there are 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
June 2024.
Contact Officer: Gary
Bendle
Telephone number: 07970
543761
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: 12 June 2024.
Lead Member
FOR DEMOCRATIC SERVICES USE
ONLY
*
This decision was published on 12 June 2024
*
This decision will come in force at 4.00 p.m. on 19 June 2024
unless it is called-in in accordance with the Decision Making Process Rules.
--------------------------------------------------------------
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 boiler plant replacement at Peel Hall Primary School, as
detailed in the table below:
Detail required
Answers
Title/Description of Contracted
Service/Supply/Project
Peel Hall Primary School – Boiler Pant
Replacement 2024
Name of Successful
Contractor
WH Good Ltd
Supplier Registration Number
(to be supplied by Corporate
Procurement)
04528366
Type of organisation
(to be supplied by Corporate
Procurement)
Private Limited Company
Status of Organisation
(to be supplied by Corporate
Procurement)
SME
Contract Value (£)
£230,116.16 (£264,700.00 full project
with fees)
Contract Duration
6 weeks
Contract Start Date
25/07/2024
Contract End Date
01/09/2024
Optional Extension Period 1
Optional Extension Period 2
Who will approve each Extension
Period?
Choose an item.
Contact Officer (Name &
number)
Gary Bendle 07970 543761
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
RISE Construction Framework, Group 6 M&E, Band
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: To replace the
existing oil fired boiler plant with new high
efficiency gas condensing boilers with energy saving pumps and
energy saving controls. This will ensure that the school
remains heated using higher efficiency equipment and reduce the
risk of closing due to failure of old obsolete
equipment.
Options considered and rejected
were: None. All procedures are in accordance with normal
contractual standing orders.
Assessment of Risk:
Low
Failure to undertake the works
would not hamper the operation of the school, but the school would
be at risk from leaks and equipment failure due to the age of the
equipment, which would result in the potential closure of the
school.
The source of funding is:
2024/25 Childrens Capital programme.
Legal Advice obtained: Supplied
by: Tony Hatton 0161 219 6323
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 RISE Construction
Framework, Group 6 M&E, Band 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 WH Good 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
The works will be
fully funded from 2024/25 Childrens Capital programme, full project
costs of £264,700.00. The
source of funding is from the School’s Capital Maintenance
Grant which has been awarded to the City Council (Capital code: E23021 7015).
Procurement Advice obtained:
Supplied by: Colette Hilton x
6248
The project has been
competitively tendered by means of a further competition under the
RISE Construction Framework, Group 6
M&E, Band 2, which complies with the Councils
Contractual Standing Orders and the Procurement Contract
Regulations.
As part of the
Council’s Innovate Programme enhanced contract management and
KPI’s will form part of this contract.
HR Advice obtained:
N/A
Climate Change Implications
obtained:
While the design incorporates more efficient equipment and
operation, there are 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
June 2024.
Contact Officer: Gary
Bendle
Telephone number: 07970
543761
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:
12 June 2024.
Lead Member
FOR DEMOCRATIC SERVICES USE
ONLY
*
This decision was published on 12 June 2024
*
This decision will come in force at 4.00 p.m. on 19 June 2024
unless it is called-in in accordance with the Decision Making Process Rules.
--------------------------------------------------------
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
forthe heating replacement at St Andrew’s, Eccles, Primary
School, as detailed in the table below:
Detail required
Answers
Title/Description of Contracted
Service/Supply/Project
St Andrew’s, Eccles Primary School –
Heating Replacement 2024
Name of Successful
Contractor
WH Good Ltd
Supplier Registration Number
(to be supplied by Corporate
Procurement)
04528366
Type of organisation
(to be supplied by Corporate
Procurement)
Private Limited Company
Status of Organisation
(to be supplied by Corporate
Procurement)
SME
Contract Value (£)
£408,603.19 (£470,000 full project with
fees)
Contract Duration
6 weeks
Contract Start Date
25/07/2024
Contract End Date
01/09/2024
Optional Extension Period 1
Optional Extension Period 2
Who will approve each Extension
Period?
Choose an item.
Contact Officer (Name &
number)
Gary Bendle 07970 543761
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
RISE Construction Framework, Group 6 M&E, Band
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: To replace the
existing heating distribution and boiler with new. This will ensure
that the school remains heated using higher efficiency equipment
and reduce the risk of closing due to failure of old obsolete
equipment.
Options considered and rejected
were: None. All procedures are in accordance with normal
contractual standing orders.
Assessment of Risk:
Low
Failure to undertake the works
would not hamper the operation of the school, but the school would
be at risk from leaks and equipment failure due to the age of the
equipment, which would result in the potential closure of the
school.
The source of funding is:
2024/25 Childrens Capital programme.
Legal Advice obtained: Supplied
by: Tony Hatton 0161 219 6323
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 RISE Construction
Framework, Group 6 M&E, Band 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 WH Good 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
The works will be
fully funded from 2024/25 Childrens Capital programme, full project
costs of £470,000. The source of funding is from the
School’s Capital Maintenance Grant which has been awarded to
the City Council (Capital code: E23017
7015).
Procurement Advice obtained:
Supplied by: Colette Hilton x
6248
The project has been
competitively tendered by means of a further competition under the
RISE Construction Framework, Group 6
M&E, Band 2, which complies with the Councils
Contractual Standing Orders and the Procurement Contract
Regulations.
As part of the Council’s
Innovate Programme enhanced contract management will form part of
this contract.
HR Advice obtained:
N/A
Climate Change Implications
obtained:
While the design incorporates more efficient equipment and
operation, there are 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
June 2024.
Contact Officer: Gary
Bendle
Telephone number: 07970
543761
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:
12 June 2024.
Lead Member
FOR DEMOCRATIC SERVICES USE
ONLY
*
This decision was published on 12 June 2024
*
This decision will come in force at 4.00 p.m. on 19 June 2024
unless it is called-in in accordance with the Decision Making Process Rules.
Details
| Outcome | Recommendations Approved |
| Decision date | 12 Jun 2024 |
| Subject to call-in | Yes |