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

Decision

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