{meta}
Decision status: Recommendations Approved
Is Key decision?: No
Is subject to call in?: No
Executive Decision Exemption from Call-in
Request to a Scrutiny Chair that an Executive Decision be exempt from Call-In for Scrutiny
Decision maker
|
Procurement Board |
|
Nature of the decision
|
Award of contract for multidisciplinary professional services at Barton Moss |
|
Non-confidential reports Can be made available to the public |
None, so N/A |
|
Confidential reports Containing confidential or exempt information |
Procurement Board Report |
|
Reason for confidentiality
|
Information relating to the financial or business affairs of any particular person (including the Authority holding that information) |
|
Intended date of decision
|
15th March 2023 |
|
Officer contact details For any further information |
Name: Tel: Email: |
Melissa Caslake
|
Is exemption from call-in for scrutiny needed? |
To ensure grant monies are received and committed prior to what would have been the expiry date of the call-in period |
|
Scrutiny Chair Who has agreed the decision should be exempt from call-in |
Name: |
Cllr J Mullen (Chair of the Overview and Scrutiny Board) |
Signed: |
J.A. Mullen
|
|
Date: |
10/03/2023 |
Request prepared by: |
Tracy Squirrell |
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:
· Approval to award the contract for multidisciplinary professional services for construction works at Barton Moss – RIBA stages 3 and 4
Detail required |
Answers |
Title/Description of Contracted Service/Supply/Project |
Multidisciplinary Professional Services at Barton Moss – HDU Welfare Home - RIBA Stages 3 and 4 |
Name of Successful Contractor |
Gilling Dod Limited via Bloom |
Supplier Registration Number (to be supplied by Corporate Procurement) |
02703179 |
Type of organisation (to be supplied by Corporate Procurement) |
Private Limited Company |
Status of Organisation (to be supplied by Corporate Procurement) |
SME |
Contract Value (£) |
£ 309,407.18 full project |
Contract Duration |
8 months |
Contract Start Date |
20/03/2023 |
Contract End Date |
18/10/2023 |
Optional Extension Period 1 |
months |
Optional Extension Period 2 |
months |
Who will approve each Extension Period? |
Choose an item. |
Contact Officer (Name & number) |
Melissa Caslake |
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 |
Bloom NEPRO3 framework for professional services |
Funding Source |
Grant |
Ethical Contractor (EC): Mayor’s Employment Charter |
|
EC: Committed to sign Charter |
|
EC: Accredited Living Wage Employer |
The Reasons: are to enable the Council to procure professional multidisciplinary services and progress the project works through RIBA stage 3 and 4.
Options considered and rejected were: None, all procedures are in accordance with normal standing orders.
Assessment of Risk: High – The works are required to be completed in time to meet the conditions of the Department for Education Grant award dated 19th January 2022 and subsequent award.
The source of funding is: from a DFE grant.
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 proposed award of the contract follows a tender exercise by mini competition in accordance with the Bloom NEPRO3 framework for professional services
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. Three companies from the framework suppliers submitted a tender, and the bid has been evaluated on the most advantageous tender basis in line with published procedures resulting in the proposed award of the contract to Gilling Dod Limited. The procurement procedures therefore appear robust and compliant with the requirements of the Council’s CSO’s and PCR.
Financial Advice obtained: Grace Rogerson:
The scheme will be funded from DfE grant. The terms of the grant require funds to be committed by 01/04/2023 and pending extension to this grant from DfE. The contract is estimated 8 months which would go over the DfE grant contract dates. The scheme will be monitored to ensure it stays in line with grant funding from DfE. The grant will be drawn down in arrears pending extension to contract dates.
Procurement Advice obtained: Anthony Hilton:
The project has been competitively tendered by means of a mini competition under the Bloom NEPRO3 framework for professional services. The NEPRO3 framework is compliant with Procurement Contract Regulations and the Councils Contractual Standing Orders.
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 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.
Contact Officer: Melissa Caslake
This matter is also subject to consider by the Lead Member for Children’s and Young People’s Services. The Lead Member has been consulted and is supportive of the proposed contract.
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 Committee.
FOR DEMOCRATIC SERVICES USE ONLY
* This decision was published on 15 March 2023.
* This decision is not subject to call-in and comes into force with immediate effect.
Publication date: 15/03/2023
Date of decision: 15/03/2023
Decided at meeting: 15/03/2023 - Procurement Board
Accompanying Documents: