Decision

Turnpike Depot, Electrical Infrastructure Upgrade (Tracy Squirrell)

Decision Maker:

Outcome:

Is Key Decision?: No

Is Callable In?: Yes

Date of Decision: July 28, 2025

Purpose:

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 to Award the Contract forelectrical infrastructure upgrade at Turnpike Depot, as detailed in the table below: Detail required Answers Title/Description of Contracted Service/Supply/Project Turnpike Depot – Electrical Infrastructure Upgrade Procurement Reference numbers (DN and CR number supplied by Procurement) S1232/DN764182 Name of Successful Contractor Rosgal Ltd Supplier Registration Number (to be supplied by Procurement 03731189 Proclass Classification No. (to be completed by procurement) 391110 Type of organisation (to be supplied by Procurement) Private Limited Company Status of Organisation (to be supplied by Procurement) SME Contract Value (£) £ 312,496.00         construction costs Total contract value £ (including extensions) £355,000          total project value including professional fees and associated costs Contract Duration 8 weeks Contract Start Date 11/08/2025 Contract End Date 03/10/2025 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) Lee Clare, 07710 504 087         Lead Service Group Place How the contract was procured? (to be supplied by procurement) ITT Framework Details (where applicable) (procurement body, framework reference & title, start/ end date SCC Technical and Highways Works Framework Funding Source Capital Programme Ethical Contractor (EC): Mayor’s Employment Charter Yes   EC: Committed to sign The Mayor’s Employment Charter N/A     EC: Committed to the principles outlined in the Mayor’s Employment charter N/A   EC: Accredited Living Wage Employer Yes   EC: Committed to becoming Accredited Living wage Employer N/A ?     The Reasons are: The works are essential electrical infrastructure upgrade works to prevent loss of power to Turnpike Depot buildings.   Options considered and rejected were: None. All were in accordance with normal contractual standing orders.   Assessment of Risk: High – Failure to undertake the works could result in loss of electrical power to the depot buildings and ancillary areas.   The source of funding is: the Capital Programme.   Legal Advice obtained: Tony Hatton, Solicitor 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. CSO’s stipulate that where a suitable framework agreement exists, this must be used unless there is an auditable reason not to. The proposed award of the contract follows a tender exercise by mini competition in accordance with the Technical and Highways Works Framework   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. Two 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 procedure resulting in the proposed award of the contract to Rosgal Ltd. The procurement procedures therefore appear robust and complaint with the requirements of the Council’s CSO’s and PCR.   Financial Advice obtained: Daniel Hillman, Senior Accountant, 11.07.2025. The Procurement Board report, requests approval to award the contract for the electrical infrastructure upgrade at Turnpike Depot to Rosgal Ltd. Following a successful tender process which was completed by mini competition under the Technical and Highways Works Framework.   The total project cost of £0.355m is a contract cost of £0.312m plus surveys, professional fees and associated costs of £0.043m. The scheme is recognised in the Place, Property Capital programme for 2025/26. and will be funded from general unsupported borrowing.   Procurement Advice obtained: Heather Stanton, Category Manager The project has been procured by the use of SCC Technical and Highways Works Framework inviting all companies under this Lot by means of mini competition.  This is a complaint route to market that conforms with Public Contract Regulations 2015 and the Council’s Contractual Standing Orders.   HR Advice obtained: N/A   Climate Change Implications obtained: Building Surveying & Facilities Management Team No significant Climate Change implications in this project.  All projects are developed to meet or exceed current legislation and requirements 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 28th July 2025 Titled Turnpike Depot – Electrical Infrastructure Works.   Contact Officer: Lee Clare Telephone number: 07710 504 087   ·      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:     28 July 2025.                Lead Member           FOR DEMOCRATIC SERVICES USE ONLY   *           This decision was published on 29 July 2025 *           This decision will come in force at 4.00 p.m. on 5 August 2025 unless it is called-in in accordance with the Decision Making Process Rules.  

Related Meeting

Procurement Board - Monday, 28 July 2025 2.00 pm on July 28, 2025