Agenda and decisions

Venue: Salford Suite, Salford Civic Centre, Chorley Road, Swinton. View directions

Contact: Chris Howl 

Items
No. Item

1.

Apologies for absence

2.

Declarations of interest

3.

To approve, as a correct record, the minutes of the meeting held on Wednesday 7 December 2022 pdf icon PDF 207 KB

4.

Matters arising

5.

Decision items - Part 1 (open to the public)

5a

Salford Supported Employment Service pdf icon PDF 527 KB

There are two versions of the report:

a)    the original version as presented at the meeting, and

b)    an updated corrected version, added to the agenda pack 17 January 2023 – see Appendix 1 for clarification details and corrections.

 

Additional documents:

Decision:

Salford City Council – Record of Decision

 

I, Councillor Youd, Lead Member for Finance and Support Services and Chair of the Procurement Board, in exercise of the powers contained within the Council Constitution do hereby approve:

 

  • to award contracts to provide a Local Salford Supported Employment Service.

 


 

Detail required

Answers

Title/Description of Contracted Service/Supply/Project

Salford Supported Employment Service –

Job Coach Element

Name of Successful Contractor

The Growth Company (Tender 5)

Supplier Registration Number

(to be supplied by Corporate Procurement)

2443911

Type of organisation

(to be supplied by Corporate Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate Procurement)

Non-SME

Contract Value (£)

£298,522.85 full project

Contract Duration

25 months

Contract Start Date

06/03/2023

Contract End Date

31/03/2025

Optional Extension Period 1

12 months

Optional Extension Period 2

N/a

Who will approve each Extension Period?

Procurement Board (extension > £150k)

Contact Officer (Name & number)

David Timperley, 0161 793 2533

Lead Service Group

People Services

How the contract was procured?

(to be supplied by procurement)

Open Competition

Framework Details (where applicable)

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

N/A

Funding Source

External Funding Source (please identify below)

Ethical Contractor (EC): Mayor’s Employment Charter

 

 

EC: Committed to sign up to charter

 

EC: Accredited Living Wage Employer

X

 

The Reasons are:

Following a fair and transparent open tender process Tender 5 are deemed to be the most economically advantageous tender. They scored high on quality and cost and have demonstrated that they are able to provide a robust Supported Employment Service for adults with learning disabilities and autism within Salford.

 

Options considered and rejected were

Delivering the supported employment service in-house was considered and rejected. Supported employment is a specialist service requiring experience and expertise, so the preferred option was to go out to open competition to identify suitability qualified providers. In addition, delivering the service in-house would not have been the most cost effective or efficient method of delivery. On this basis a competitive open tender exercise was deemed to be the best option for delivering a quality service and ensuring required outcomes are achieved for residents.

 

Assessment of risk

A clear delivery plan and timeline is in place to mobilise and implement this new Supported Employment Service. The Job Coach function is at the heart of the proposed delivery model and any commissioning delays could have a major impact on this. Any delay in the award will impact on the allotted timeframe to deliver the service and provide the necessary support to the proposed 140 participants. Which in turn could jeopardise funding the Council has been awarded by The Department for Work and Pension (DWP) to establish and deliver a local supported employment service.

A proposal in relation to the employer engagement of the service (covered elsewhere on the agenda) linked to an existing service should accelerate the mobilisation of this part of the supported employment service. The risk of delaying the proposal and in particular this interdependent element of the supported employment service,  ...  view the full decision text for item 5a

5b

Tender award for a scheme to install a pedestrian crossing on the A6 Manchester Road West in Little Hulton pdf icon PDF 688 KB

Additional documents:

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:

 

1.    Approve the appointment of Rosgal Ltd at a cost of £184,921.04 to undertake the A6 Manchester Road West Crossing Installation.

  1. Approve the creation of a purchase order to the value of £184,921.04 to Rosgal Ltd to enable payments to be made to the contractor.

3.    Approve the creation of a purchase order to the value of £1,500.00 to Vodafone Ltd to enable payments to carry out utility supervision works. 

4.    Approve professional fees to the value of £15,006.14 for the supervision and management of the works on site.

5.    Approve the 15% risk allocation to the value of £27,738.16, 15% of the total tendered works costs.

 

Detail required

Answers

Title/Description of Contracted Service/Supply/Project

A6 Manchester Road West Crossing

Name of Successful Contractor

Rosgal Ltd

Supplier Registration Number

(to be supplied by Corporate Procurement)

Type of organisation

(to be supplied by Corporate Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate Procurement)

Non-SME

Tendered Works Value

Risk Allocation (15%)

HD Supervision Fees

Supervision by Vodafone

Traffic Regulation Order Fees

RSA 3 & 4

£184,921.04

£27,738.16

£9,994.98

£1,500.00

£2,200.00

£2,811.16

Full Project

Contract Duration

12 Weeks

Contract Start Date

25/01/2023

Contract End Date

21/04/2023

Optional Extension Period 1

N/A

Optional Extension Period 2

N/A

Who will approve each Extension Period?

Procurement Board (extension > £150k)

Contact Officer (Name & number)

Nicola Smithies – 07814 079 263

Lead Service Group

Place

How the contract was procured?

(to be supplied by procurement)

-Lot 1 – Minor Civils - works between the value of £150k - £500k

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

 

EC: Committed to sign Charter

 

EC: Accredited Living Wage Employer


 

The Reasons are

Residents and Local Councillors have raised concerns regarding pedestrian safety when trying to cross Manchester Road West, particularly school children travelling from/to St Paul’s Peel Primary School on Stocksfield Drive to Peel Park during peak times. The nearest formal crossing point to this location is the junction of Manchester Road West with Cleggs Lane some 330m away.

 

Between September 2017 and May 2022 there has been a total of 16 recorded collisions along Manchester Road West, 4 were classified as serious and 12 classified as slight severity. A total of 21 casualties have been recorded, of which 4 were pedestrians (3 slight, 1 serious) and 2 were cyclists (both slight severity).  

 

Between May – June 2021 a consultation in conjunction with The Little Hulton and Walkden Community Committee was carried out to determine the preferred option for a proposed crossing in this location. 85% of responses were in favour of introducing a signalised crossing on the A6 Manchester Road West between the  ...  view the full decision text for item 5b

5c

Approval to Award the Contract for the provision of Enforcement Services having followed the competitive tender process pdf icon PDF 469 KB

Decision:

Salford City Council – Record of Decision

 

I, Paul Dennett, City Mayor, in exercise of the powers contained within the Council Constitution do hereby approve:

 

(a)   Approve the award of the Contract for Enforcement Services as detailed in the table below:

 

Detail required

Answers

Title/Description of Contracted Service/Supply/Project

Enforcement Services

Name of Successful Contractor

Marston Holdings (NSL Services Ltd)

Supplier Registration Number

(to be supplied by Corporate Procurement)

06033060

Type of organisation

(to be supplied by Corporate Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate Procurement)

Non-SME

Contract Value (£)

£1,159,260      per annum estimated average

Contract Duration

60 months

Contract Start Date

01/04/2023

Contract End Date

31/03/2028

Optional Extension Period 1

36 months

Optional Extension Period 2

24 months

Who will approve each Extension Period?

Procurement Board (extension > £150k)

Contact Officer (Name & number)

Andy Devine    Tel No 07717 431738

Lead Service Group

Place

How the contract was procured?

(to be supplied by procurement)

Tender (Open)

Framework Details (where applicable)

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

N/A

Funding Source

Revenue Budget

Ethical Contractor (EC): Mayor’s Employment Charter

 

EC: Committed to sign Charter

 

EC: Accredited Living Wage Employer


 

The Reasons are

The open tender process for Enforcement Services was initiated on 20th September 2022 with all returns by the afternoon of 28th October 2022. The opportunity was advertised in the Find a Tender replacement for the European Journal, Contracts Finder and the Northwest Portal as an open tender.

 

Two submissions were received and the scores for each submission are contained in the following table –

 

Name of Bidder

% Price score

Max 40%

% Quality score

Max 45%

% Social Value

Max 15%

%Overall Score

100%

Provider A

40.00

27.00

12.00

79.00

Marston (NSL)

39.28

39.60

10.89

89.76

 

Marston Holdings are the parent company of which NSL are their Enforcement subsidiary – for the remainder of the report they will be referred to by their enforcement arm NSL. NSL were only marginally higher in price than the other bidder but scored extremely highly in terms of its quality submission and scored highest in terms of its Environmental and Blue Badge Enforcement submission. Bidder A scored higher in the Social Value aspect but the feedback that accompanied their summary mentioned a lack of detail on how certain social value offers made were to be delivered and it contained some inconsistencies so placing an element of doubt as to the true value of their overall Social Value contribution.

 

NSL is therefore proposed as the successful bidder. They submitted a total price of £2,463,083 for the combined contract. Salford’s cost can be broken down thus- £1,071,068 for parking enforcement services to be paid from the Parking Services Revenue Budget and £88,192 for environmental enforcement being paid from Environment & Community Safety budget stream.

 

In previous years the revenue from enforcement covered the cost of the Enforcement contract and made a surplus which has been increasing year on year and this  ...  view the full decision text for item 5c

5d

Approval of Minor Building Works Framework Agreement pdf icon PDF 484 KB

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:

 

i)     Approval to Award the Contract for the Minor Building Works Framework Agreements

 

Detail required

Answers

Title/Description of Contracted Service/Supply/Project

Appointment of Contractors for the Minor Building Works Framework Agreements

Name of Successful Contractor

F Parkinson Ltd – Lot 1 & 2

Supplier Registration Number

(to be supplied by Corporate Procurement)

446626

Type of organisation

(to be supplied by Corporate Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate Procurement)

SME

Ethical Contractor (EC): Mayor’s Employment Charter

 

 

EC: Committed to sign up to charter

EC: Accredited Living Wage Employer

 

 

Name of Successful Contractor

G Jones Builders Limited – Lot 1 only

Supplier Registration Number

(to be supplied by Corporate Procurement)

04928174

Type of organisation

(to be supplied by Corporate Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate Procurement)

SME

Ethical Contractor (EC): Mayor’s Employment Charter

 

 

EC: Committed to sign up to charter

EC: Accredited Living Wage Employer

 

 

Name of Successful Contractor

Manchester & Cheshire Construction – Lot 1 & 2

Supplier Registration Number

(to be supplied by Corporate Procurement)

1021959

Type of organisation

(to be supplied by Corporate Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate Procurement)

SME

Ethical Contractor (EC): Mayor’s Employment Charter

 

 

EC: Committed to sign up to charter

EC: Accredited Living Wage Employer

 

 

Name of Successful Contractor

Schofield & Sons Limited – Lot 1 & 2

Supplier Registration Number

(to be supplied by Corporate Procurement)

2459259

Type of organisation

(to be supplied by Corporate Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate Procurement)

SME

Ethical Contractor (EC): Mayor’s Employment Charter

 

 

EC: Committed to sign up to charter

EC: Accredited Living Wage Employer

 

 

Name of Successful Contractor

Wright Build Ltd – Lot 1 & 2

Supplier Registration Number

(to be supplied by Corporate Procurement)

01401191

Type of organisation

(to be supplied by Corporate Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate Procurement)

SME

Ethical Contractor (EC): Mayor’s Employment Charter

 

 

EC: Committed to sign up to charter

EC: Accredited Living Wage Employer

 

 

Name of Successful Contractor

CBES Ltd – Lot 2 only

Supplier Registration Number

(to be supplied by Corporate Procurement)

SC288763

Type of organisation

(to be supplied by Corporate Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate Procurement)

SME

Ethical Contractor (EC): Mayor’s Employment Charter

 

 

EC: Committed to sign up to charter

EC: Accredited Living Wage Employer

 

 

Contract Value

Lot 1 £0 - £350,000

Lot 2 £350,000 - £750,000

Contract Duration

24 months

Contract Start Date

01/02/2023

Contract End Date

31/01/2025

Optional Extension Period 1

12 months

Optional  ...  view the full decision text for item 5d

5e

SBNI – DP7 A580 Junctions pdf icon PDF 655 KB

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:

 

  • the award of tender for SBNI Delivery Package 7 (DP7) to Eric Wright Civil Engineering for the reason(s) highlighted in the table below:

 

Detail required

Answers

Title/Description of Contracted Service/Supply/Project

Salford Bolton Network Improvements (SBNI) – Package 7 (DP7) A580 Junctions

Name of Successful Contractor

Eric Wright Civil Engineering

Supplier Registration Number

(to be supplied by Corporate Procurement)

2565379

Type of organisation

(to be supplied by Corporate Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate Procurement)

SME

Contract Value (£)

£          876,114

Full Project

Contract Duration

5 months

Contract Start Date

27/02/2023

Contract End Date

28/07/2023

Optional Extension Period 1

months

Optional Extension Period 2

months

Who will approve each Extension Period?

Choose an item.

Contact Officer (Name & number)

Lead Service Group

Place

How the contract was procured?

(to be supplied by procurement)

Mini Competion

Framework Details (where applicable)

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

STAR Framework

Funding Source

Choose an item.

Ethical Contractor (EC): Mayor’s Employment Charter

 

EC: Committed to sign Charter

 

EC: Accredited Living Wage Employer


 

The Reasons are:

The proposed work on SBNI DP7 form one of the Delivery Packages for the SBNI programme. The objectives of programme are to improve the punctuality, regularity and reliability of bus services in the region and promote active, healthy lifestyles and make sustainable travel safer and easier to use and an attractive alternative to the private car.

 

Options considered and rejected were: not to award the contract

 

Assessment of Risk: Medium

 

The source of funding is: The Greater Manchester Combined Authority

 

Legal Advice obtained: Tony Hatton

 

Financial Advice obtained: Hollie Faulkner

 

Procurement Advice obtained: Heather Stanton

 

HR Advice obtained: / N/A

 

Climate Change Implications obtained: Mike Hemingway / Opu Anwar

 

The following documents have been used to assist the decision process.

Report to the City Mayor’s Regeneration Briefing – 13July 2015

Urban Vision – Regeneration Panel Presentation – July 2016

Report to Lead Member for Planning & Sustainable Development – 14th April 2020

Report to Procurement Board 19th February 2020

 

Contact Officer: Opu Anwar

Contact: opu.anwar@salford.gov.uk

 

Please delete from the bullets below any which are not relevant

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.

 

Signed:      Cllr Youd                       Dated:     11 January 2023.

               Lead Member

 

FOR DEMOCRATIC SERVICES USE ONLY

 

*           This decision was published on 11 January 2023

*           This decision will come in force at 4.00 p.m. on 18 January 2023 unless it is called-in in accordance with the Decision Making Process Rules.

 

6.

Public Briefing Items

The following items are for the primary purpose of providing members of the public with all relevant information on the respective matters, other than those elements, which in accordance with the relevant sections of the Local Government Act 1972, remain confidential and require that any arising decision is taken in Part 2 of the agenda.

 

6a

Trafford Road - Increase in Purchase Order for Main Works Contract pdf icon PDF 366 KB

7.

Any other business - Part 1 (open to the public)

8.

Exclusion of the public

9.

Decision items - Part 2 (closed to the public)

9a

Trafford Road - Increase in Purchase Order for Main Works Contract pdf icon PDF 325 KB

Decision:

Salford City Council – Record of Decision

 

I Paul Dennett, City Mayor, in exercise of the powers contained within the Council Constitution do hereby:

 

(1)   Approve the extension of Contract forTrafford Road Improvements as detailed in the table below:

(2)   Approve the procurement of outstanding construction works removed from the Sisk contract via Salford’s minor Civils Framework or an alternative compliant procurement route.

 

Detail required

Answers

Contract Reference

PO# 4500368966

Title/Description of Contracted Service/Supply/Project

Trafford Road Improvements – Main Works Construction

Name of Contractor

John Sisk & Son Ltd.

Type of organisation

(to be supplied by Corporate Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate Procurement)

Non-SME

Value of Contract Extension (£)

Commercially sensitive.

Existing Contract Term

10/08/2020 to 03/09/2022

Extension Period

03/09/2022 to 09/03/2023

Contact Officer (Name & number)

Chris Smith - 7794893

Lead Service Group

Place

Funding Source

Combination of Above (please detail below)

Ethical Contractor (EC): Mayor’s Employment Charter

EC: Committed to sign the Charter

EC: Accredited Living Wage Employer

 

The reasons are:

Continued pressure on construction supply chains and inflation, combined with the impact of uncharted service positions on site and third-party impacts on the work have resulted in increased construction costs. This has caused the forecast final cost of the project to exceed the approved budget. The purchase order needs to be extended to meet the contractor’s remaining invoices and final account.

 

Options considered and rejected were:

Consideration has been given throughout the construction period to reduce the scope of works and forecast final costs.  Where feasible and appropriate, changes and reductions have been made.  Due to contractual restraints, large changes in scope would result in penalties that disproportionally reduce the savings made.

 

Assessment of risk:

High – Funding for the project has already been committed. Growth Deal funds and the original MCF funds have both been expended and reclaimed from GMCA. The forecast final expenditure and funding remains to be confirmed following recent Compensation Event notices and some elements of the project still need to be procured in an inflationary market for construction work.

 

The source of funding is:

The project team are in discussions with the scheme delivery partners to seek agreement for additional grant funding.

 

As an interim measure the estimated additional funding detailed in the Part 2 report will be met from a combination of approved Place capital programme resources for the 2022/23 financial year, including:

-       Approved Growth Deal and CRSTS Grant funding

-       General Unsupported Borrowing from within the original allocation approved for the scheme

-       Section 106 monies (Michigan Avenue from planning agreement ref.15/66481/FUL, confirmed as received) subject to approval from the Place Strategic Director to allocate to Trafford Road (as per delegated approval from the City Mayor 09.11.20). 

 

Legal advice obtained:

The release of the additional funds is to enable the contract manager to make payment for the increased construction costs which are payable under the contract terms.

 

The Council must comply  ...  view the full decision text for item 9a

9b

Swinton Greenway pdf icon PDF 270 KB

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 the extension of Contract for Swinton Greenway as detailed in the table below:

 

Detail required

Answers

Contract Reference

Swinton Greenway

Title/Description of Contracted Service/Supply/Project

Swinton Greenway – Main works Construction

Name of Contractor

P Casey (Land Reclamation) Ltd

Type of organisation

(to be supplied by Corporate Procurement)

Public Limited Company

Status of Organisation

(to be supplied by Corporate Procurement)

Non-SME

Value of Contract Extension (£)

£711,249.81 (full project)

Existing Contract Term

04/01/2021 to 31/03/2022

Extension Period

01/04/2022 to 30/06/2023

Contact Officer (Name & number)

Matthew Mollart x6184

Lead Service Group

Place

Funding Source

Capital Programme

Ethical Contractor (EC): Mayor’s Employment Charter

EC: Committed to sign the Charter

 

EC: Accredited Living Wage Employer

 

The reasons are:

Continued pressure on construction supply chains and inflation, combined with the loss of key members of the delivery team, challenging site conditions and post tender design amendments have all resulted in the delivery of the project taking longer to complete and costing more than anticipated and to also exceed the approved project budget.  The purchase order therefore needs to be extended to meet the contractor’s final account.

 

Options considered and rejected were:

Consideration has been given throughout to descope the project and wherever feasible, changes and reductions have been made.

 

Assessment of risk:

High. The original funding for the project has been committed and recovered from the GMCA.

 

The source of funding is:

The project team are in discussions with the scheme delivery partners to assign additional grant funding to the project. As an interim measure funds will come from Place Capital Programme.

 

Legal advice obtained: Yes, Tony Hatton - Shared Legal Services

The release of the additional funds is to enable the contract manager to make payment for the increased construction costs which are payable under the contract terms.

 

It is an established principle that an existing public contract is capable of being varied or modified providing any modification does not affect the overall nature of the contract, with that principle having been codified into the Public Contracts Regulations 2015, such that, essentially, variations to a contract will fall into one of two categories: “substantial” changes and “not substantial” changes. Any changes deemed to be “substantial” will require a tender process for a new contract; changes which are not “substantial” will not.

 

Specifically, Regulation 72 (1)(c) allows for modifications to be made to existing contracts such that a modification (here a variation to payment) may be made where the following cumulative conditions are fulfilled:

1 The need for modification has been brought about by circumstances which a diligent contracting authority could not foresee;

2 The modification does not alter the overall nature of the contract;

3 Any increase in price is not higher than 50% of the  ...  view the full decision text for item 9b

9c

The award of a 12-month contract extension for the provision of security staffing services and associated vehicle hire to Exclusec Ltd pdf icon PDF 211 KB

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:

 

·      the award of a 12-month contract extension for the provision of security staffing services and associated vehicle hire (2 vans used by City Watch) to Exclusec Ltd. This contract extension shall cover the period of 1st April 2023 to 31st March 2024.

Detail required

Answers

Title/Description of Contracted Service/Supply/Project

Security staffing and associated vehicle hire

Name of Successful Contractor

Exclusec Ltd

Supplier Registration Number

(to be supplied by Corporate Procurement)

Type of organisation

(to be supplied by Corporate Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate Procurement)

SME

Contract Value

£755,421

Full Project

Contract Duration

12 months

Contract Start Date

01/04/2023

Contract End Date

31/03/2024

Optional Extension Period 1

Optional Extension Period 2

Who will approve each Extension Period?

Procurement Board (extension > £150k)

Contact Officer (Name & number)

Stephen Kearney, 0161 686 5810

Lead Service Group

Place

How the contract was procured?

(to be supplied by procurement)

OJEU procurement exercise in 2019

Framework Details (where applicable)

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

 

Funding Source

Revenue Budget

Ethical Contractor

Mayor’s Employment Charter

Committed to sign up to the Charter

 

Accredited Living Wage Employer

x

 


 

The Reasons are to ensure the continued delivery of essential Council services. These service areas are the gateway buildings where manned guarding is procured to ensure the safe and efficient use of the premises and the City Watch and CCTV services, where security staffing is used to staff the City Councils CCTV control room, respond to alarm activations and undertake planned locks and unlocks to customers buildings.

The existing contract which was for the initial term of 01.04.19 to 31.03.22 reserved within it the option to extend the contract term by a further 1 +1-year term. The initial 1-year contract extension has already been awarded and this extension will be the final one reserved within the contract after which alternative delivery options and/ or retendering will be undertaken.

_____________________________________________________________________

Options considered and rejected were re-procurement of the contract.

_____________________________________________________________________

Assessment of Risk – High in the event we were unable to secure the security staffing needed in order to meet our contractual obligations to City Watch customers and tenants at gateway buildings.

_____________________________________________________________________

The source of funding is: Revenue funding in the proportions of:

F2800 (CCTV) & F2802 (City Watch) £468,180.96 (12-month term).

Facilities Management (Gateway) Budgets £287,240 (12-month term).

The above costs represent an increase of £56,297.28 per annum on 22/23 costs. This increase is attributable to increases in the real living wage and the contractors CPI increase.

 

 

Legal Advice provided by Tony Hatton - It is an established principle that an existing public contract is capable of being extended (or modified providing any modification does not affect the overall nature of the contract), and  ...  view the full decision text for item 9c

9d

Approval for an Exception to Contractual Standing Orders to award contracts for projects within the Skills and Work programme pdf icon PDF 210 KB

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:

 

  • an exception to Contractual Standing Orders as permitted within the City Council Constitution for the reason(s) highlighted in the table below and the award of the Contract for (insert title of project/scheme/service or purchase of goods) as detailed in the table below:

 

Detail required

Answers

Title/Description of Contracted Service/Supply/Project

Selected contracts within the Skills and Work programme

Name of Successful Contractor

Supplier Registration Number

(to be supplied by Corporate Procurement)

Type of organisation

(to be supplied by Corporate Procurement)

Choose an item.

Status of Organisation

(to be supplied by Corporate Procurement)

Choose an item.

Contract Value (£)

£933,684 per annum

Contract Duration

3 – 12 months

Contract Start Date

01/04/2023

Contract End Date

31/03/2024

Optional Extension Period 1

months

Optional Extension Period 2

months

Who will approve each Extension Period?

Choose an item.

Contact Officer (Name & number)

Lead Service Group

Choose an item.

Reason for CSO Exception: The goods / services / works are only obtainable from one provider and there is no other provider available to allow genuine competition

Tick if it applies

Reason for CSO Exception: The execution of works or the supply of goods or services is controlled by a statutory body

Tick if it applies

Reason for CSO Exception: Delivers Best Value to the Council

Tick if it applies

Reason for CSO Exception: Special education, health or social care contracts, if it is considered in the Council’s best interests and to meet the Council’s obligations under relevant legislation

Tick if it applies

Reason for CSO Exception: The execution of works or the supply of goods and services is required so urgently as not to permit compliance with the requirements of competition

Tick if it applies

Reason for CSO Exception: Security works where the publication of documents or details in the tendering process could prejudice the security of SCC and Salford residents

Tick if it applies

Reason for CSO Exception: Procurements made through, or on behalf of, any consortium, local authority, statutory or similar body, provided that tenders or quotations are invited and contracts placed in accordance with national or EU legislation.

Tick if it applies

Funding Source

Combination of Above (please detail below)

Ethical Contractor (EC): Mayor’s Employment Charter

 

EC: Committed to sign up to the Charter

EC: Accredited Living Wage Employer

 

 

The reasons are:

In September 2016 Procurement Board gave approval to go out to competition for the delivery of services within this proposed programme. Following a competitive tendering process, contracts were awarded to successful providers and delivery commenced on 1st April 2017. These projects become time – expired at the end of March 2023.

 

            Economic consultants, Think, were engaged in April 2022 to help develop a  ...  view the full decision text for item 9d

10.

Date and time of next meeting

10:00am on Wednesday 11 January 2023 in the Salford Suite at Salford Civic Centre, Chorley Road, Swinton, M27 5DA