Subscribe to updates
You'll receive weekly summaries about Hackney Council every week.
If you have any requests or comments please let us know at community@opencouncil.network. We can also provide custom updates on particular topics across councils.
Cabinet Procurement and Insourcing Committee - Monday 1 December 2025 2.00 pm
December 1, 2025 View on council websiteSummary
The Cabinet Procurement and Insourcing Committee (CPIC) met to discuss and approve contract awards for several key projects, including the Kings Hall Leisure Centre refurbishment, park play area upgrades, security services, Google Workspace licences, Stoke Newington School improvements, and penalty charge notice enforcement. The committee approved all recommendations put before it.
Contract Awards
Kings Hall Leisure Centre Refurbishment
The committee approved the award of two contracts to Morgan Sindall for the Kings Hall Leisure Centre (KHLC) Refurbishment Project, subject to cabinet approval of the revised project budget on 24 November 2025. The first contract is for enabling works, specifically asbestos removal, with a maximum contract sum of £1,877,048.99 (exclusive of VAT). The second, larger contract covers the main works, with a maximum contract sum of £70,939,423 (exclusive of VAT).
The council had previously engaged Morgan Sindall under a pre-construction services agreement to develop designs for planning and market tender purposes. With full planning and listed building consent secured, and a guaranteed maximum price agreed, the committee recommended proceeding with the contract awards.
The report noted the importance of commencing the enabling works promptly to mitigate cost risks.
In order to proceed in the most efficient manner on site (mitigating cost risk to the council), it is being recommended to enter into an Enabling Works contract for the removal of asbestos in the existing building, while the Main Works contract proceeds to contract execution.
Alternative options considered and rejected included seeking an alternative contractor, which was deemed inappropriate at this stage of the two-stage procurement process, and delaying the enabling works, which would incur inflation and prolongation costs.
Parks Play Areas Refurbishments Phase 3
A JCT1 Design & Build contract for Phase 3 of the Play Area Refurbishment Programme was awarded to the most economically advantageous tenderer at a total fixed contract value of £2,332,375. The works affect more than two wards. The refurbishments will take place at Clissold Park, London Fields (North), and Millfields Park.
The decision enables the delivery of Phase 3 of Hackney’s Play Area Refurbishment Programme, which is part of the council’s long-term strategy to improve the quality, accessibility, and inclusivity of its parks and play spaces, supporting the Hackney Strategic Plan and the Parks and Green Spaces Strategy 2021–2031.
The report noted that a phased investment approach has been adopted since 2020, with 13 play areas refurbished and two new ones constructed in Phases 1 and 2.
The Procure Public DPS2 was used to ensure a compliant, competitive process under the Public Contract Regulations 20153.
The supplier has previously delivered the park play area refurbishments under Phase 1 and 2 of this programme to a high standard.
The contractor has committed to using at least 60% local labour, payment of the London Living Wage4, and delivery of apprenticeships and work placements through Hackney Works and local colleges.
Environmentally, the contractor will achieve over 90% recycling and reuse of materials, use FSC/PEFC-certified timber and low-carbon concrete, and enhance biodiversity across all three parks through native planting, wildflower seeding, and habitat creation.
Alternative options considered and rejected included doing nothing, a two-stage open procurement, and insourcing.
Security Services Contract
The committee approved the award of a framework agreement in respect of Lot 1 (Hackney Corporate Site Security, Vacant Buildings) and Lot 2 (Concierge Services) to Supplier C for a period of four years.
The report noted that Supplier C distinguished themselves throughout their submission in conveying to the evaluators that they understood Hackney and were willing to commit to the high standards the tender required.
Supplier C distinguished themselves specifically in terms of the Sustainability area as they were one of a few bidders who proposed implementing all of the required environmental / procurement and contractual changes from day 1 of the new contract.
Supplier C proposes using recyclable textiles for uniforms.
Supplier C was highlighted by evaluators as understanding the real difference between corporate guarding and that of residential concierge.
Alternative options considered and rejected were considered as part of the business case which was approved by CPIC in April 2025. The option approved was to tender the Security Service as the optimum strategy for Hackney in terms of retaining the skills, experience and expertise of security specialists, combined with the lowest level of financial risk.
Google Workspace Licences
The committee approved the award of a contract to Supplier C for the supply of Google Workspace licenses for an initial two-year term, with a single one-year extension option.
The procurement was conducted compliantly via the Crown Commercial Service's (CCS) G-Cloud 14 Framework Agreement (RM1557.14), utilising the associated Digital Marketplace.
Following a search based on the council's specific requirements, a shortlist of four qualified suppliers was generated. These four suppliers were subsequently evaluated under the direct award process using a formal criterion weighted as Listed Price (90%) and Social Value (10%).
Alternative options considered and rejected included doing nothing, direct award to the current supplier, and migrating to the Microsoft platform.
Stoke Newington School - Creation of Additional Resourced Provision Assessment Centre and Media Suite Works
The committee approved the proposal to appoint Contractor C as a Design and Build Contractor to deliver, at Stoke Newington School from RIBA5 Stage 3+ onwards, an Additional Resourced Provision for 30 pupils and a media suite.
The contractor is procured to deliver a 30 student additional resource provision, which will provide a creative curriculum including classrooms and therapeutic facilities. The contractor will also deliver the facilities that are financed by Stoke Newington School, which is the school’s media suite facilities, including the Green Screen, Hybrid and Foley Studios, editing suite, and a cafe.
The contractor will deliver the project to the detail set out in the Employer’s Requirements. This will include installing sustainable technology including Photovoltaics6.
The contractor has been selected based on their project experience in schools, design and build projects and SEN7 experience and their response to meeting the requirements within their tender submission in relation to the Council's social and sustainability criteria (including LLW, providing apprenticeships and social value benefits, environmental policy, recycling and carbon emissions management).
Alternative options considered and rejected included in-house provision, undertaking an open tendering exercise, direct award to contractor, use of lots, and doing nothing.
Penalty Charge Notices (PCN) Enforcement Agent Services
The committee approved the award of contracts to a total of six suppliers for a period of four years for the collection of outstanding Penalty Charge Notice debt.
Certificated Enforcement Agents play a crucial role in recovering unpaid debts arising from Parking Penalty Charge Notices issued under the Traffic Management Act 20048, the London Local Authorities Act 1996, and the Transport for London and London Local Authorities Act 2003.
The Council’s current contract with Enforcement Agencies expired in October 2025.
The two-month suspension of warrant allocation is not expected to have any detrimental impact on the service.
As the fees charged by Enforcement Agents are strictly regulated under the Taking Control of Goods Regulations 2013, enforcement firms are unable to submit financially competitive bids in the traditional sense. Consequently, officers have reviewed the current contractual model and identified the need for a revised approach that places greater emphasis on the added value that providers can deliver to the Council - such as community benefits, innovation, performance, and social value.
The previous contract (2020–2025) operates on a tiered model comprising one Primary Enforcement Agent and three Secondary Enforcement Agents. For the new contract, this model will be replaced with a performance-based competitive allocation system.
The proposed new model introduces a performance-based competitive approach, where multiple enforcement agencies will compete for work.
Alternative options considered and rejected included insourcing.
-
JCT stands for Joint Contracts Tribunal. They produce standard forms of contract and associated documents for the construction industry. ↩
-
A Dynamic Purchasing System (DPS) is an electronic system used to purchase commonly used supplies, services or works. It is similar to a framework agreement, except that new suppliers can join the DPS at any time. ↩
-
The Public Contracts Regulations 2015 (SI 2015/102) implement EU Directives on public procurement. ↩
-
The London Living Wage is an hourly minimum wage calculated independently to reflect the high cost of living in London, and is updated annually. ↩
-
RIBA stands for Royal Institute of British Architects. RIBA has defined a series of stages that are recognised as the industry standard process for building projects. RIBA Stage 3 is Developed Design. ↩
-
Photovoltaics is the conversion of light into electricity using semiconducting materials. ↩
-
Special Educational Needs ↩
-
The Traffic Management Act 2004 is an Act of the Parliament of the United Kingdom that regulates traffic management. ↩
Attendees
Topics
No topics have been identified for this meeting yet.
Meeting Documents
Reports Pack
Additional Documents