Decision
Whittle Street Children's Home refurbishment (Tracy Squirrell/ Dave Lyon)
Decision Maker:
Outcome: Recommendations Approved
Is Key Decision?: No
Is Callable In?: Yes
Date of Decision: December 9, 2024
Purpose:
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 repairs and refurbishment works at 90, Whittle Street, as detailed in the table below: Detail required Answers Title/Description of Contracted Service/Supply/Project Repairs and Refurbishment at 90 Whittle Street Name of Successful Contractor Manchester and Cheshire Construction Supplier Registration Number (to be supplied by Corporate Procurement) 01021959 Type of organisation (to be supplied by Corporate Procurement) Private Limited Company Status of Organisation (to be supplied by Corporate Procurement) SME Contract Value (£) £171,903.96 (£195,000 full project costs including fees and associated costs) Contract Duration 4 Weeks Contract Start Date 20/01/2025 Contract End Date 14/02/2025 Optional Extension Period 1 months Optional Extension Period 2 months Who will approve each Extension Period? Choose an item. Contact Officer (Name & number) Adam Vanden Lead Service Group Place 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 Works and Refurbishment 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: The works are essential repairs and maintenance to meet Ofsted requirements. Options considered and rejected were: None. All procedures are in accordance with normal contractual standing orders. Assessment of Risk: High Failure to undertake the planned works cold result in the building being closed with the authority being unable to provide sufficient facilities for children in its care. The source of funding is: Capital Programme. Legal Advice obtained: 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 1. 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. Three 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 Manchester and Cheshire Construction. The procurement procedures therefore appear robust and compliant with the requirements of the Council’s CSO’s and PCR. Financial Advice obtained Daniel Hillman, Senior Accountant, 25.11.2024 The Procurement board report requests approval to award Manchester and Cheshire Construction the contract for repairs and refurbishment at 90, Whittle Street. Following a successful tender process which was completed by mini-competition under Minor works and refurbishment lot 1. The scheme is recognised in the Place, Property Capital programme for 2024/25 and will be funded from general unsupported borrowing. Tender costs £171,985.55, plus surveys, professional fees and associated costs of £23,014.45. Procurement Advice obtained: Daniel Cunliffe, Category Manager. The project has been procured by the use of SCC own minor works framework Lot 1 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 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 9 December 2024. Contact Officer: Adam Vanden Telephone number: 07546764326 · 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: 9 December 2024. Lead Member FOR DEMOCRATIC SERVICES USE ONLY * This decision was published on 9 December 2024 * This decision will come in force at 4.00 p.m. on 16 December 2024 unless it is called-in in accordance with the Decision Making Process Rules.
Related Meeting
Procurement Board - Monday, 9 December 2024 2.00 pm on December 9, 2024