Decision

Springwood Primary, Modular Extension (Tracy Squirrell/ Sean Leah).

Decision Maker:

Outcome: Recommendations Approved

Is Key Decision?: No

Is Callable In?: Yes

Date of Decision: October 14, 2024

Purpose:

Content: Salford City Council – Record of Decision   I Councillor Youd, Deputy City Mayor, Lead Member for Finance, Support Services and Regeneration, and chairman of the Procurement Board, in exercise of the powers contained within the Council Constitution do hereby:   approve to Award the Contract for the Design & Build Pre-Construction Services at Springwood Primary School, as detailed in the table below:   Detail required Answers Title/Description of Contracted Service/Supply/Project Springwood Primary – Design & Build – Pre-Construction Services Agreement Name of Successful Contractor Conlon Construction Limited Supplier Registration Number (to be supplied by Corporate Procurement) 0708997 Type of organisation (to be supplied by Corporate Procurement) Private Limited Company Status of Organisation (to be supplied by Corporate Procurement) SME Contract Value (£) £262,985.71 Contract Duration 17 weeks Contract Start Date 07/10/2024 Contract End Date 24/01/2025 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) Adam Vanden 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 North West Construction Hub Medium Value Construction Framework, Lot 3 Design & Construct 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 required to increase the school provision for pupils with special educational needs.   Options considered and rejected were: None. All procedures are in accordance with normal contractual standing orders.   Assessment of Risk: Medium The programme has been developed to achieve the delivery of contracts to meet the necessary completion dates.   The source of funding is: There is funding available under the SEND capital programme to cover the costs of the project.   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 works have been procured under the procedures stated within the Council’s Constitution and the proposed award of the contract is in full accordance with the Council’s CSO’s following a tender exercise by mini competition in accordance with the North West Construction Hub Framework (LOT 3 Design and Construct).   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.  For tenders were received from framework suppliers for this project, which have been evaluated on the most economically advantageous tender basis in line with procurement procedures resulting in the proposed award of the contract to Conlon Construction.  The procurement procedures therefore appear robust and compliant with the requirements of the City Council’s contractual standing orders and public procurement legislation.   The award of the contract will commit the City Council to the formal agreement and upon receipt for instructions Legal Services will assist in preparing the necessary contractual documentation to ensure the City Council’s position and interests are protected.   Financial Advice obtained: Laura Morley  The costs for the Stage 1 tender process will be fully funded from the 2024/25 capital programme. The source of funding is from the SEND Capital Programme which has been awarded to the City Council.   Procurement Advice obtained: Daniel Cunliffe The contract was procured in accordance with Contractual Standing Orders in accordance with Public Contract Regulations and tenders were invited by mini competition under the North West Construction Hub.   The winning tenderer has submitted the most economically advantageous offer which also supports the Council’s objectives of delivering social vale on this contract.   As part of the Council’s Innovate programme and budget challenges over the next three years, the service group should consider efficiencies, revenue saving 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 14th October 2024 titled Springwood Primary – Design & Build – Pre-Construction Services Agreement.   Contact Officer: Adam Vanden Telephone number: 07546 764326   ·      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:      14 October 2024.                Lead Member   FOR DEMOCRATIC SERVICES USE ONLY   *           This decision was published on 14 October 2024 *           This decision will come in force at 4.00 p.m. on 21 October 2024 unless it is called-in in accordance with the Decision Making Process Rules.  

Related Meeting

Procurement Board - Monday, 14 October 2024 2.00 pm on October 14, 2024