{meta} Decision - St Andrew's CE Primary - Roofing Works phase 2 - Part 1 (Tracy Squirrell/ Ian Murray)

Decision details

Decision status: Recommendations Approved

Is Key decision?: No

Is subject to call in?: Yes

Decision:

Salford City Council - Record of Decision

 

I Councillor Hinds, 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:

 

·      the award of the following contract for a project approved under the corporate capital programme as detailed below:

 

Detail required

Answers

Partial internal refurbishment of the Civic centre, Swinton

St Andrew’s CE Primary – Roofing, Brickwork and Internal Repairs, Phase 2

Name of Successful Contractor

Schofield & Sons Ltd

Supplier Registration Number

(to be supplied by Corporate Procurement)

025459259

Type of organisation

(to be supplied by Corporate Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate Procurement)

SME

Contract Value

£158,551.00

(£185,000 Full Project)

Contract Duration

                              3 months

Contract Start Date

28/05/2022

Contract End Date

02/09/2022

Optional Extension Period 1

N/A

Optional Extension Period 2

N/A

Who will approve each Extension Period?

N/A

Contact Officer (Name & number)

Les Woolhouse Tel 07713 786 093

Lead Service Group

People Services

How the contract was procured?

(to be supplied by procurement)

Framework Call-Off (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

Mayor’s Employment Charter

Committed to sign up to the Charter

 

Accredited Living Wage Employer

Committed to become accredited

 

 


 

The Reasons are: The works have been identified as essential maintenance from the schools asset management plan. This phase 2 of the planned works and are to the ST Andrew’s Avenue and Talbot Street elevations. The works required are the renewal of the lead valleys, gutters, flashings and soakers to the exterior of the building. Internally repairs to damaged plaster and redecoration.

 

Options considered and rejected were: None. All procedures are in accordance with normal Contractual Standing Orders.

 

Assessment of Risk: High

Repairs are required to prevent water ingress into the building. Repairs and re-bedding the terracotta copings and ridge tiles will maintain the integrity of the building and maintain the structural stability of these areas.  If these works are not undertaken there is a high risk of debris coming loose, particularly during bad weather, and causing harm to the public and the building.

 

The source of funding is:

·      Capital programme 2022/23

·      Expenditure code: E22012

 

Legal Advice obtained. Supplied by: The Shared Legal Service – Contact Officer and telephone number: Tony Hatton – Principal Solicitor tel. 0161 219 6323

 

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 purpose of a framework agreement is to select through a procurement/ evaluation process a number of providers who can meet the service requirements of the Council, as and when those services are required. If they are required then the Council will undertake an exercise to call off the services from one or more of the providers who have been selected to be on the framework and this may be through any number of ways, e.g. mini-competition, direct allocation etc. depending on the circumstances. A contract will then be formed between the Council and the chosen provider/s.

 

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. 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 procedures resulting in the proposed award of the contract to Schofield & Sons Ltd. The procurement procedures therefore appear robust and compliant with the requirements of the Council’s CSO’s and PCR.

 

FINANCIAL IMPLICATIONS: Submitted by: Alex Archer, Finance Manager 778 0498

The works will be funded by the 2022/23 capital programme in the sum of £185,000.  (Tender costs £158,551 plus surveys, professional fees and associated additional costs of £26,449).

 

PROCUREMENT IMPLICATIONS: Supplied by: The Corporate Procurement Team

Contact officer and telephone number: Deborah Derbyshire (Category Manager – Corporate Procurement Team) tel 0161 686 6244

 

The project has been competitively tendered by means of a mini competition under the Council’s own Minor Building Works Framework Lot 2 which complies with the Councils Contractual Standing Orders and the Procurement Contract Regulations.

 

The winning tenderer has submitted the most economically advantageous offer in line with the rules of the framework.

 

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 2028.

 

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 11th May 2022


Contact Officer:                    Les Woolhouse Head of Buildings and Facilities

Telephone Number:            07713 786 093

 

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:          Bill Hinds                   Dated:  11 May 2022

                  Lead Member

 

*           This decision was published on 12 May 2022

*           This decision will come in force at 4:00pm on 19 May 2022, unless it is called-in in accordance with the Decision Making Process Rules.

 

Publication date: 12/05/2022

Date of decision: 11/05/2022

Decided at meeting: 11/05/2022 - Procurement Board

Effective from: 20/05/2022

Accompanying Documents: