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

October 14, 2024 Approved View on council website
Full council record
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

Details

OutcomeRecommendations Approved
Decision date14 Oct 2024
Subject to call-inYes