Responsive Repairs Framework, Extension to contract (Tracy Squirrell/ Adam Vanden)

July 14, 2025 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, accept the
recommendation of the Procurement Board and in exercise of the
powers contained within the Council Constitution do hereby:
 

approve the extension of Contract
for Responsive Repairs Framework Suppliers, as detailed in the
table below:

 

Detail required

Answers

Contract
Reference
 (to be supplied by procurement)

S1108

Title/Description of
Contracted Service/Supply/Project

Responsive Repairs Framework
Suppliers

Name
of Contractor

1)   
Schofield and Sons Limited, 2) G Jones Limited

Type of
organisation

(to be supplied by Procurement)

Private Limited Company

Status of
Organisation

(to be supplied by CoProcurement)

SME

Value of Contract
Extension (£)

£340,000       per annum

Total value of
Awarded (including extension period)

£993,000       Contract awarded (to
date)

Existing Contract
Term

06/08/2022 to 05/08/2025

Extension Period

06/08/2025 to 05/08/2026

Contact Officer
(Name & number)

Adam Vanden

Lead Service
Group

Place

Funding Source

Revenue Budget

Ethical Contractor
(EC): Mayor’s Employment Charter

Yes

EC: Accredited
Living Wage Employer

Yes

 
The reasons
are:
The existing framework suppliers have
demonstrated their ability and commitment in undertaking the
Councils requirements over the period of the existing contract.
They have confirmed that they are willing to continue their
contract for a period of twelve months.
 
There is provision within the current contract
to extend the agreement for a further period from 06/08/2025 to
05/08/2026.
 
Options considered and rejected
were: None. All procedures
are in full compliance with Contractual Standing Orders.
 
Assessment of
risk: High
Some of the services provided through this
contract are statutory and therefore put the council at risk if not
undertaken correctly.
 
The source of
funding is:
Funding for works on Council properties will
come from within revenue budgets held by the various directorates.
Any works undertaken on behalf of schools will be funded directly
by them.
 
Legal advice
obtained:
When commissioning contracts for the
procurement of goods, service, 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 report essentially covers the request to
grant a twelve-month extension period to the appointment of
contractors under an existing framework agreement for responsive
which is due for renewal in August 2025.
 
The original framework agreement was approved
by Procurement Board at their meeting on 27th July 2022.
The existing contract is for a period of 2 years, with the option
to extend for a further two (2) periods of 12 months. The agreement
commenced on 6th August 2022 initially for 2 years and
may be extended for an annual basis at the discretion of the
Authority for a further year on each occasion, up to a maximum
total period of 4 years.
 
Two tenders were received from framework
suppliers for this project, which were evaluated on the most
economically advantageous tender basis in line with procurement
procedures resulting in the appointment to the framework of G Jones
Builders, and Schofield and Sons Limited.
 
Call off contracts will be offered for direct
award in order of the highest scoring first, Schofield and Sons
Limited, followed by G Jones Builders in accordance with the
original evaluation rankings. If that Contractor is unavailable to
carry out the Works then the next highest ranked Contractor will be
contacted to undertake the works.
 
Financial advice obtained: Grace Rogerson, Capital Finance
Manager 19/06/2025
The report is seeking approval to extend the
contract for responsive repairs across the council with Schofield
& Sons Limited and G Jones Limited for a period of twelve
months.
 
Key risks include the possibility that if the
contractor is unavailable to carry out the works, the next
highest-ranked contractor will be approached to undertake the
works. This introduces uncertainty in forecasting the responsive
repairs, as costs will differ per contractor. However, this can be
mitigated through regular monitoring of the budgets and
prioritisation of works throughout the year.
 
Additionally, other repairs such as mechanical
engineering, maintenance of fire alarms and security works,
lightning rod repairs, and technology cabling do not form part of
the contracts on this framework. Therefore, these will need to be
monitored against the budget in line with the works procured on
these contracts with Schofield & Sons Limited and G Jones
Limited.
 
The responsive repairs costs will be funded
from budgets held in various directorates that still have
responsibility for the property. However, where the building is
held centrally in property, which sits in the Place Directorate,
this will be funded via property revenue budgets. Any works
undertaken on behalf of schools will be funded directly by the
school.
 
Procurement advice obtained: Daniel
Cunliffe, Category Manager – 0161 686 6249
The framework for responsive repairs was
procured via an open tender process on the Chest for a two-year
period with an option to extend for a further two years on an
annual basis. The option to extend for a further twelve months is
in line with the rules of the framework and therefore is compliant
with the Public Contracts Regulations (PCR’s) and the
Council’s Contractual Standing Orders (CSO’s).
 
As part of the Council's budget challenges,
the service group should consider efficiencies, and enhanced
contract management KPI’s as part of this contract.
 
HR advice obtained: N/A.
 
Climate change implications obtained:
Building Surveying and Facilities Management Team
The two contractors are Salford based
companies which will help reduce transport and travel within the
local area.
 
The responsive repair works required to be
undertaken will assist the Council in becoming carbon neutral by
2038.
 
Documents used:
The following documents have been used to
assist the decision process:

Report to Procurement Board dated 27th
July 2022 titled Responsive Repairs Framework Suppliers.
Report to Procurement Board dated
10th July 2024 titled Extension for the Contract for the
Responsive Repairs Framework.

 
Contact details:
Contact Officer:  Adam Vanden.
Telephone number:
 

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 July
2025.
           
    Lead Member
 
FOR DEMOCRATIC SERVICES USE ONLY
 

This decision was published on 15 July 2025
This decision will come in force at 4pm on 22 July
2025 unless it is called-in in
accordance with the Decision Making Process Rules.

 
 

Related Meeting

Procurement Board - Monday, 14 July 2025 2.00 pm on July 14, 2025

Details

Decision date14 Jul 2025
Effective from23 Jul 2025
Subject to call-inYes