Decision details

Decision Maker: Procurement Board

Decision status: Recommendations Approved

Is Key decision?: No

Is subject to call in?: Yes

Decision:

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:

 

·      to Award the Contract forReplacement of Basement Boiler Plant at Clarendon Leisure Centre, as detailed in the table below:

 

Detail required

Answers

Title/Description of Contracted Service/Supply/Project

Boiler Replacement 2023 at Clarendon Leisure Centre

Name of Successful Contractor

Seddon Construction Limited

Supplier Registration Number

(to be supplied by Corporate Procurement)

03578140

Type of organisation

(to be supplied by Corporate Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate Procurement)

SME

Contract Value (£)

£252,777.70 (full project costs £290,000)

Contract Duration

5 weeks

Contract Start Date

20/11/2023

Contract End Date

22/12/2023

Optional Extension Period 1

months

Optional Extension Period 2

months

Who will approve each Extension Period?

Choose an item.

Contact Officer (Name & number)

Gary Bendle 07970 543761

Lead Service Group

Place

How the contract was procured?

(to be supplied by procurement)

Mini- competition

Framework Details (where applicable)

(procurement body, framework reference & title, start/ end date

Consortium Procurement DPC – HVAC+R, Drainage and Plumbing Services DPS, Category 13

Funding Source

Capital Programme

Ethical Contractor (EC): Mayor’s Employment Charter

 

EC: Committed to sign Charter

 

EC: Accredited Living Wage Employer


 

The Reasons are: To replace the two boilers at Clarendon Leisure Centre that are over twenty years old. These boilers have needed some running and costly repairs over the last two years and need replacing in case they fail completely.

 

Options considered and rejected were: None. All procedures are in accordance with normal contractual standing orders.

 

Assessment of Risk: Medium

Failure to undertake the works could risk the closure of the leisure centre should the boilers fail completely. The works will enable continued use of the facility with modern boiler equipment.

 

The Source of Funding is: SCC Leisure capital programme 2023-24 (approved general unsupported borrowing).

 

Legal Advice obtained: Supplied by: Tony Hatton 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 Consortium Procurement DPC – HVAC+R, Drainage and Plumbing Services DPS, Category 13.

 

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 economically advantageous tender basis in line with published procedures resulting in the proposed award of the contract to Seddon Construction Limited. The procurement procedures therefore appear robust and compliant with the requirements of the Council’s CSO’s and PCR.

 

Financial Advice obtained: Submitted by: Alison Woods, Commercial Finance Manager

Date: 16th October 2023 

The cost of the aforementioned boiler replacement works will be met from approved unsupported borrowing in the SCC Leisure capital programme for 2023-24.  The works are programmed to be delivered in the 2023-24 financial year and there is a provision of £290,000 to fund:

·      Tender costs of £252,777.70

·      Additional costs - surveys, professional fees of £37,222.30

 

The financial implications of the proposed contract expenditure have been given full consideration in respect of Innovate third party spend. Capital expenditure code: E05379.

 

Procurement Advice obtained: Supplied by:  Heather Stanton, Category Manager ext 6241

The project has been competitively tendered by means of a mini competition under the Consortium Procurement DPC – HVAC+R, Drainage and Plumbing Services DPS, Category 13, which complies with the Councils Contractual Standing Orders and the Procurement Contract Regulations.

 

The bid was evaluated in line with the conditions of the Framework.

 

As part of the Council’s Innovate Programme enhanced contract management and KPI’s will form part of this contract.

 

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 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 8th October 2023

 

Contact Officer: Gary Bendle

Telephone number: 07970 543761

 

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:     8 November 2023.

                 Lead Member

 

FOR DEMOCRATIC SERVICES USE ONLY

 

*           This decision was published on 9 November 2023

*           This decision will come in force at 4.00 p.m. on 16 November 2023 unless it is called-in in accordance with the Decision Making Process Rules.

 

Publication date: 09/11/2023

Date of decision: 08/11/2023

Decided at meeting: 08/11/2023 - Procurement Board

Effective from: 17/11/2023

Accompanying Documents: