{meta} Agenda for Procurement Board on Wednesday, 11 May 2022, 10.00 am

Agenda and decisions

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

Contact: Chris Howl, Democratic Services Officer 

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 20th April 2022 pdf icon PDF 394 KB

4.

Matters arising

5.

Decision items - Part 1 (open to the public)

5a

An approval for an Exception to Contractual Standing Orders to award a contract for Commissioning of Pre-Exposure Prophylaxis (PrEP) medication to prevent transmission of HIV for high risk populations (Muna Abdel Aziz/ Helen Dugdale) pdf icon PDF 509 KB

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:

 

·      Commissioning of Pre-Exposure Prophylaxis (PrEP) medication to prevent transmission of HIV for high-risk populations.

Detail required

Answers

Title/Description of Contracted Service/Supply/Project

Commissioning of Pre-Exposure Prophylaxis (PrEP) medication to prevent transmission of HIV for high risk populations

Name of Successful Contractor

Bolton NHS Foundation Trust

Supplier Registration Number

(to be supplied by Corporate Procurement)

654913421

Type of organisation

(to be supplied by Corporate Procurement)

Other

Status of Organisation

(to be supplied by Corporate Procurement)

Non-SME

Contract Value

£199,426.40

 

Per Annum (estimated average)

Contract Duration

12 months

Contract Start Date

01/04/2022

Contract End Date

31/03/2023

Optional Extension Period 1

31/03/2024

Optional Extension Period 2

Who will approve each Extension Period?

Procurement Board (extension > £150k)

Contact Officer (Name & number)

Helen Dugdale 0161 793 3543

Lead Service Group

Public Health

How the contract was procured?

(to be supplied by procurement)

Contract insertion existing provider

Framework Details (where applicable)

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

 

Funding Source

External Funding Source (please identify below)

Ethical Contractor

Mayor’s Employment Charter

Committed to sign up to the Charter

 

Accredited Living Wage Employer

 


The Reasons are:

 

The Department of Health and Social Care (DHSC) provides PrEP funding to Local Authorities, via the Public Health Grant. Salford is the lead Commissioner for Salford and Bolton Sexual Health Services.

 

PrEP needs to be provided for Salford residents and DHSC guidance has stipulated this is through a Level 3 sexual health service provider. Bolton NHS Foundation Trust (BFT) is the local Level 3 provider for Salford and Bolton local Authorities. BFT delivered the PrEP IMPACT Trial, which ended in October 2020, so are experienced in provision. This arrangement allows current service users to have continuity of service.

 

Currently PrEP is delivered within the local authority commissioned specialist (level 3) sexual health service by BFT. Commissioning BFT represents the best value way to provide this as they are the Salford Level 3 service and it is considered to be in the council’s best interests. 

 

NB A level 3 SHS is required because they can provide clinical governance, patient confidentiality, information governance, safeguarding, workforce training, medicines management etc.

 

Options considered and rejected were: N/A

 

Assessment of Risk: Low risk

 

The source of funding is:

Department of Health and Social Care via the Public Health grant.

 

Legal Advice obtained

 

Financial Advice obtained

 

Procurement Advice obtained

 

HR Advice obtained: N/A

 

Climate Change Implications obtained

 

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

·      PrEP Local Authority National Service Specification insert.

·      NHS England Provider contract to pay for the medication only part of the treatment.

 

Contact Officer:                    Helen Dugdale

Telephone number:             0161 793 3543

 

This matter is also subject to consider by the Lead Member for Lead Member for Adult Services, Health and Wellbeing.

 

The  ...  view the full decision text for item 5a

5b

Exception to Contractual Standing Orders to award an extension to the commissioning of the Sexual and Reproductive Health Services for Salford and Bolton (Helen Dugdale/ Gillian Mclauchlan) pdf icon PDF 544 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:

 

·      an exception to Contractual Standing Orders as permitted within the City Council Constitution and the award of the Contract to award an extension to the commissioning of the Sexual and Reproductive Health Services for Salford and Bolton as detailed in the table below:

 

Detail required

Answers

Title/Description of Contracted Service/Supply/Project

Commissioning of the Sexual and Reproductive Health Services

Name of Successful Contractor

Bolton NHS Foundation Trust

Supplier Registration Number

(to be supplied by Corporate Procurement)

654913421

Type of organisation

(to be supplied by Corporate Procurement)

Other

Status of Organisation

(to be supplied by Corporate Procurement)

Non-SME

Contract Value (£)

£1,794,437 (per annum estimated average)

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)

Helen Dugdale 07970 100066

Lead Service Group

Public Health

How the contract was procured?

(to be supplied by procurement)

Open tender via the Chest

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

 

1    The provider’s resilience and ability to produce high quality bids, as part of a competitive tender exercise was and is affected by the additional pressures relating to the COVID-19 global pandemic. This particularly affects NHS and public sector providers which would include both potential providers and the existing provider. We could therefore be subject to a Legal challenge by the existing unsuccessful provider or a bidder.

2    The extension would provide time to develop a service model and service specification which accounts for the changing health service landscape, primary care’s role and the new additions to SHS such as PrEP provision. The extension would also provide time to fully understand and develop the sexual health prevention in the city.

3    Market Testing needs to be carried out, to assess and stimulate interest in tendering for the contract.

4    It is currently unclear at what level the future sexual health commissioning that the ICS (CCG and NHS England previously commissioned services) will be responsible for will be commissioned at, locality or the Greater Manchester level.

5    Both commissioners and providers are still affected by the COVID-19 pandemic. There is a risk of recommissioning a service of insufficient quality and carrying out a costly tendering exercise. By not recommissioning now the existing provider will be able to deliver more effectively to service users.

6    Any recommissioning action would need to be coordinated with our joint commissioner, Bolton Council. The extension would allow clarification regarding SCC’s co-commissioning relationship with or independence from Bolton Council going forward.

 

Options considered and rejected were:

5c

Request to award - Public Sector Decarbonisation Scheme - Additional Battery Schemes (Hayley Nixon) pdf icon PDF 461 KB

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 Contract for Installation of Energy Storage Systems as detailed in the table below:

 

Detail required

Answers

Title/Description of Contracted Service/Supply/Project

Design and build of up to 7 battery storage systems

Name of Successful Contractor

PolySolar 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 (£)

£924,234 full project

Contract Duration

9 Weeks

Contract Start Date

16/05/2022

Contract End Date

29/07/2022

Optional Extension Period 1

2 months

Optional Extension Period 2

N/A

Who will approve each Extension Period?

Strategic Director (extension < £150k)

Contact Officer (Name & number)

Majid Maqbool, Energy Manager

Lead Service Group

Place

How the contract was procured?

(to be supplied by procurement)

Go Neutral Smart Energy Framework

Framework Details (where applicable)

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

GMCA

GMCA 374

DN562301

Mini competition under Lot 1: Roof Mounted Solar PV & Battery Storage

Funding Source

Grant

Ethical Contractor (EC): Mayor’s Employment Charter

 

EC: Committed to sign Charter

 

EC: Accredited Living Wage Employer


 

The Reasons are,

 

The installations are majority funded by grant and the addition of battery storage will allow for the opportunity to maximise the use of on-site generation at peak periods therefore reducing costs to the Council of energy over the lifetime of the batteries.

 

Options considered and rejected were not to undertake the works and the loss of grant funding to undertake the works which was rejected in order to maximise the impact of the energy savings to the Council through the Public Sector Decarbonisation Scheme.

 

Assessment of Risk is high as timescales to deliver the scheme and maximise the grant funding element along with the Supply chain and lead in time for the delivery of the battery units.

 

The source of funding is: 93% grant funding and 7% USB Capital Budget - Property

 

Legal Advice obtained: Yes

 

Financial Advice obtained: Yes

 

Procurement Advice obtained: Yes

 

HR Advice obtained: N/A

 

Climate Change Implications obtained: Yes

 

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

-       Procurement Board Request to Go out to Tender 02.03.22

 

Contact Officer:                    Hayley Nixon

Telephone number:             WFH

 

The Lead Member has been consulted and is supportive of the proposed contract.

 

The appropriate Scrutiny Committee to call-in the decision is Regeneration.

 

Signed:          Bill Hinds                Dated:         11 May 2022           .

                    Lead Member

 

FOR DEMOCRATIC SERVICES USE ONLY

 

*           This decision was published on 12 May 2022

*           This decision will come in force at 4.00 p.m. on 19 May 2022, unless it is called-in in accordance with the Decision Making Process Rules.

 

5d

Approval to go out to competition for Junction of New Bailey Street and Chapel Street Growth Deal 2 Scheme (Part 1) (Simon Telford) pdf icon PDF 156 KB

5e

St Andrew's CE Primary - Roofing Works phase 2 - Part 1 (Tracy Squirrell/ Ian Murray) pdf icon PDF 437 KB

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  ...  view the full decision text for item 5e

5f

Lewis Street Primary School - Roof works and window replacements - Part 1 (Tracy Squirrell/ George Rogers) pdf icon PDF 423 KB

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

Lewis Street Primary School – Roof repairs and window replacements, phase 1

Name of Successful Contractor

Wright Build Ltd

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

Contract Value

£289,426.00

(£340,000 Full Project)

Contract Duration

                              14 weeks

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 copings and the brickwork to the perimeter of the roof have deteriorated and works are required to ensure that the building is wind and watertight.  The areas that have been identified as the highest priority are along Lewis Street elevation.

 

The windows on this elevation have exceeded their anticipated lifespan and require replacement. This will also aid in improving the ventilation to the rooms.

 

The pointing of the brickwork at first floor level including the terracotta copings is failing on the Lewis Street, Parr Street and St John Street upper elevations also needs to be repointed. There are areas internally areas of addled and damaged plaster which has been caused by the failure of the pointing. This is to be removed and replastered followed by isolated decoration.

 

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

 

Assessment of Risk: High

Failure to maintain the fabric of the building could result in the closure of classrooms and ancillary areas which would have a negative impact on the education of the pupils.

 

The source of funding is:

·      Capital programme 2022/23

·      Expenditure code: E22015

 

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  ...  view the full decision text for item 5f

5g

RSAP Modular Properties (Konrad Magdzinkski) pdf icon PDF 442 KB

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:

 

·      To award the contract, for approves the council entering a Pre-Construction Services Agreement (PCSA) with PLP to enable the building of 24 modular units through the Rough Sleepers Accommodation Programme (RSAP) and to commence direct negotiations with them to deliver additional affordable units on these sites.

 

Detail required

Answers

Title/Description of Contracted Service/Supply/Project

Construction of Move on accommodation through the RSAP

Name of Successful Contractor

               PLP Construction Ltd

Supplier Registration Number

(to be supplied by Corporate Procurement)

                                03244506

Type of organisation

(to be supplied by Corporate Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate Procurement)

SME

Contract Value (£)

£268,800

Full construction costs will be confirmed at Stage 2 of the procurement process

Contract Duration

7 months

Contract Start Date

16/05/2022

Contract End Date

30/11/2022

Optional Extension Period 1

months

Optional Extension Period 2

months

Who will approve each Extension Period?

Procurement Board (extension > £150k)

Contact Officer (Name & number)

        KONRAD MAGDINSKI 07932 874 871

Lead Service Group

Place

How the contract was procured?

(to be supplied by procurement)

ICN Framework

Framework Details (where applicable)

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

Innovation Chain North (ICN) is a framework for

construction and associated professional

services procured under the Public Contracts

Regulations 2015 and is OJEU compliant. It has

been designed to support the delivery of new

homes and associated social infrastructure

across the North of England. The framework

includes lots for contractors, associated

professional services as well as a Dynamic

Purchasing System (DPS) for the supply of

Modular Homes.

Funding Source

Grant

Ethical Contractor (EC): Mayor’s Employment Charter

 

EC: Committed to sign Charter

?

 

EC: Accredited Living Wage Employer

?


 

The Reasons are

 

The appointment, at a cost of £268,500, will commit to appointing a contractor under stage 1 to develop costs and designs under a two-stage procurement route. Permission is also sought to explore using the same contractor the delivery of some additional affordable units on these sites, subject to satisfactory assessments of value for money.

 

The report also seeks approval to place a deposit for the first set of units manufacture (£120,000) to maintain programme and draw down of grant.

 

Assessment of Risk: Low

Risks will be monitored and mitigated through the project group. The main risk is achieving spend in accordance with grant funding requirements. Approval of the report will ensure the schemes can begin before the end of October 2022.

 

If at any point the cost is not viable or providing VFM (Value for Money) SCC are not

bound to enter any PCSA or contract with PLP. An assessment of the risk of placing

orders will be carried out prior to placing a deposit on the manufacture of units.

There are also potential construction risks of rising costs and material  ...  view the full decision text for item 5g

6.

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

7.

Exclusion of the public

8.

Decision items - Part 2 (closed to the public)

8a

Re-tender of the 0-19 procurement options paper (Steve Gavin/ Debbie Blackburn) pdf icon PDF 210 KB

Additional documents:

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 an extension of the respecified contract for one year and assurance of provision will be provided via the Provider Collaborative and Locality Board. Should performance become an issue the contract would be reviewed and re-procured at any time.

 

Detail required

Answers

Contract Reference

Title/Description of Contracted Service/Supply/Project

0-19 Integrated Children’s Health Service

Name of Contractor

Salford Royal NHS Foundation Trust (Northern Care Alliance

Type of organisation

(to be supplied by Corporate Procurement)

Other

Status of Organisation

(to be supplied by Corporate Procurement)

Non-SME

Value of Contract Extension

£5,327,472

Per Annum (estimated average)

Existing Contract Term

01/04/2017

to

31/03/2022

Extension Period

01/04/2022

to

31/03/2023

Contact Officer (Name & number)

Steven Gavin (0161 686 6287)

Lead Service Group

Public Health

Funding Source

Grant

Ethical Contractor

Mayor’s Employment Charter

Committed to sign up to the Charter

 

Accredited Living Wage Employer

 

The reasons are:

·      To allow for Salford Clinical Commissioning Group transitioning into an Integrated Care System and for changes in the local commissioning landscape to settle.

 

Assessment of risk

Risks relate to potential challenge from external providers who would be interested in bidding for the contract if it were to go out to tender set against the risk of further disruption and instability in the system that might result in a change of provider, particularly within the context of post-COVID recovery.

 

The source of funding is: The Public Health Grant

 

Legal advice obtained: Tony Hatton t.hatton@manchester.gov.uk

 

Financial advice obtained:

The budget is available as part of the Integrated Fund through the Public Health Grant.Michelle Cowley (Michelle.Cowley@salford.gov.uk) 0161 793 2520

 

Procurement advice obtained:

Anthony Hilton anthony.hilton@salford.gov.uk  0161 686 6249

The report makes recommendation for a further twelve-month extension period to the existing contract. If this option is to be approved, it is imperative that all other options have been fully explored and appraised, in order to ensure that opportunities for service redesign, revenue savings as part of the Innovate programme and improved performance/ service outcomes have been fully exhausted. The peer review being proposed should assist in shaping the future specification and delivery model.

 

HR advice obtained: Not applicable.

 

Climate change implications obtained: Not applicable.

 

Documents used:

The relevant documents contain exempt or confidential information and are not available for public inspection

Contact details

Contact Officer:                    Steven Gavin

Telephone number:             0161 686 6287

 

  • The Lead Members for Children’s Services and Young People’s Services, as well as Adult Services, Health and Wellbeing have been consulted and are supportive of the proposed contract.
  • The appropriate Scrutiny Committees to call-in the decision are the Children’s Scrutiny Panel and the Health and Social Care Scrutiny Panel.

 

Signed:     Paul Dennett________           Dated:  _11 May 2022____.

                        City Mayor

 

 

*           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  ...  view the full decision text for item 8a

9.

Date and time of next meeting

10:00am on Wednesday 25th May 2022 in the Salford Suite at the Salford Civic Centre, Chorley Road, Swinton, M27 5DA.