{meta} Agenda for Procurement Board on Wednesday, 8 June 2022, 10.00 am

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 25 May 2022 pdf icon PDF 265 KB

4.

Matters arising

5.

Decision items - Part 1 (open to the public)

5a

Approval to Award the Contract for Hilton Lane Primary School, roof works and external repairs pdf icon PDF 426 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 schools condition grant as detailed below:-

 

Detail required

Answers

Partial internal refurbishment of the Civic centre, Swinton

Hilton Lane Primary School, roof works and external repairs

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

£279,326.00

(£325,000 Full Project)

Contract Duration

                              6 weeks

Contract Start Date

25/07/2022

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 is the second and final phase of roof refurbishment and external repairs.

 

The flat roofs at the rear of the school have exceeded their anticipated life span and require upgrading.  The proposed works are for the installation of a cold applied liquid membrane roofing solution with tapered insulation.

 

The external repairs are for the replacement if life expired UPVC and aluminium windows and doors to specified areas.

 

Replacement of damaged cladding to specified areas to prevent water ingress.

 

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

 

Assessment of Risk: High

The roof and external areas have exceeded their anticipated life span.  Failure to replace could result in costly remedial repairs which would only provide a short term solution.    

The source of funding is:

Schools condition grant 2022/23

Expenditure code: E22004

 

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

5b

Approval to Award the Contract for St Paul's CE Primary, Nevile Road for the asbestos removal and roof works pdf icon PDF 426 KB

Decision:

Salford City Council - Record of Decision

 

I Councillor Bill 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 schools condition grant as detailed below:-

 

Detail required

Answers

Partial internal refurbishment of the Civic centre, Swinton

St Paul’s CE Primary, Nevile Road for the asbestos removal and roof works

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

£165,994.00

(£195,000 Full Project)

Contract Duration

                              6 weeks

Contract Start Date

23/07/2022

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 are the third phase of a planned maintenance programme which is addressing issues that have been highlighted in the schools asset management plan

 

The works are for the removal of the asbestos fascia boards, roof tiles and lagging to roof void of the main school roof.  The roof void will be insulated and the roof areas retiled and completed with a new dry ridge system.

 

The roof to the nursery block is to be over coated with a liquid applied roofing system to extend it’s design life.

 

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

 

Assessment of Risk: High

Failure to undertake the works could lead to areas of the school being closed due to water ingress and causing damage to the interior of the building.  Retaining the fascia board could expose staff, pupils, contractors and visitors to asbestos if they are damaged.

 

The source of funding is:

Schools condition grant 2022/23

Expenditure code: E22003

 

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

5c

Approval to Award the Contract for Wharton Primary School, roofing cladding works pdf icon PDF 426 KB

Decision:

Salford City Council - Record of Decision

 

I Councillor Bill Hinds, 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 the award of the following contract for a project approved under the schools condition grant as detailed below:-

 

Detail required

Answers

Partial internal refurbishment of the Civic centre, Swinton

Wharton Primary School, roofing and cladding works

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

£174,177.00

(£205,000 Full Project)

Contract Duration

                              6 weeks

Contract Start Date

25/07/2022

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 identified are the final phase planned maintenance works to the upgrading of the roofs and renewal of the timber cladding identified on the schools asset management plan.

 

The roof works are to the kitchen and ancillary areas and consist of upgrading the current roofs with a cold applied liquid membrane built up roofing system.  This will provide additional insulation and extend the design life of the roof.

 

The external cladding requires replacement to ensure that the building remains wind and watertight.

 

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

 

Assessment of Risk: Medium

The works are required to ensure that the building remains wind and watertight.  Failure to undertake these works could result in the closure of the kitchen if costly remedial works are required due to bad weather.

 

The source of funding is:

Schools condition grant 2022/23

Expenditure code: E22007

 

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

5d

Approval to Award the Contract for Road Lining services pdf icon PDF 626 KB

Decision:

Salford City Council - Record of Decision

 

I Councillor Bill Hinds, 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:

 

The award of the Contract for Road Lining Services as detailed in the table below:

 

Detail required

Answers

Title/Description of Contracted Service/Supply/Project

Road Lining Services

Name of Successful Contractor

KJ Lines

Supplier Registration Number

(to be supplied by Corporate Procurement)

3900183

Type of organisation

(to be supplied by Corporate Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate Procurement)

SME

Contract Value

£200,000

Per Annum (estimated average)

Contract Duration

24 months

Contract Start Date

11/07/2022

Contract End Date

10/07/2024

Optional Extension Period 1

12 months

Optional Extension Period 2

12 months

Who will approve each Extension Period?

Procurement Board (extension > £150k)

Contact Officer (Name & number)

Paul Jackson - 07812 781 562

Lead Service Group

Place

How the contract was procured?

(to be supplied by procurement)

Open Tender on the Chest

Framework Details (where applicable)

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

N/A

Funding Source

Revenue Budget

Ethical Contractor

Mayor’s Employment Charter

Committed to sign up to the Charter

 

Accredited Living Wage Employer

 


The Reasons are,

For the provision of essential reactive and planned road lining maintenance on Salford’s Highways Network, supporting the Council’s statutory obligations to maintain the safety and integrity of the highway.

 

Funding for the programme of work will come from the revenue budget. The direct budget line for road marking is £120k per annum but there will also be a requirement to set aside funding from other revenue budget lines for additional work such as emergency carriageway repair work as well as highway works for events and social promotions; the estimated contract value takes this into account.

 

Options considered were to appoint on a yearly basis only which was rejected, the Technical Highways Services team are looking to ensure a longer lasting compliant solution is in place for continued service requirements.

 

Assessment of Risk is medium risk the service have been managing the previous contract arrangement for these services to allow for some time to procure this contract. However, any significant delay would impact on the team’s ability to deliver business as usual activity and respond to any emergency works requirements.

 

The source of funding is the Highways Revenue Budget.

 

Legal Advice obtained: Yes

 

Financial Advice obtained: Yes

 

Procurement Advice obtained: Yes

 

HR Advice obtained: N/A

 

Climate Change Implications obtained: N/A

 

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

-       Procurement Board Request to Go out to Tender 26.05.21

 

Contact Officer: Paul Jackson

Telephone number: 07812 781 562

 

Please delete from the bullets below any which are not relevant

 

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

 

Signed: Councillor Bill Hinds                                            

Lead Member for Finance and Support Services

Dated:  8 June 2022

 

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

5e

Approval to Award the Contract for Wallness Bridge Painting Scheme pdf icon PDF 434 KB

Decision:

Salford City Council - Record of Decision

 

I Councillor Bill Hinds, 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:

 

 

Detail required

Answers

Title/Description of Contracted Service/Supply/Project

Wallness Bridge Painting Scheme

Name of Successful Contractor

Coating Services Limited

Supplier Registration Number

(to be supplied by Corporate Procurement)

3852483

Type of organisation

(to be supplied by Corporate Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate Procurement)

SME

Contract Value (£)

£242,600.00 / full project

Contract Duration

9 weeks

Contract Start Date

18/07/2022

Contract End Date

16/09/2022

Optional Extension Period 1

N/A

Optional Extension Period 2

N/A

Who will approve each Extension Period?

Strategic Director (extension < £150k)

Contact Officer (Name & number)

Michael Jolley / 0161 779 4909

Lead Service Group

Place

How the contract was procured?

(to be supplied by procurement)

Technical & Highways Works Framework – Lot 4

Framework Details (where applicable)

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

 

Funding Source

Capital Programme

Ethical Contractor (EC): Mayor’s Employment Charter

 

EC: Committed to sign Charter

 

EC: Accredited Living Wage Employer


 

The main works are the re-painting of Wallness Bridge.

 

Options considered and rejected were: n/a

 

 

Assessment of Risk: Low

Low – Funding is available from the Highways Capital Programme for 2021/22.  Salford City Council Engineering and Landscape Department are well versed in undertaking bridge painting schemes.

 

 

The source of funding is: Highways Capital Programme 2021/22.

 

 

Legal Advice obtained: Yes – received from Tony Hatton, Principal Solicitor, tel. 0161 219 6323

 

 

Financial Advice obtained: Yes – received from Alison Woods, Finance Manager Ext 925 1135

 

 

Procurement Advice obtained: Yes – received from Heather Stanton, Procurement Officer Ext 686 6241

 

 

Contact Officer: Michael Jolley

Telephone number: 0161 779 4909

 

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

 

Signed: Councillor Bill Hinds                                            

Lead Member for Finance and Support Services

Dated:  8 June 2022

 

*           This decision was published on Wednesday 8 June 2022

*           This decision will come in force at 4.00 pm on 15 June 2022 unless it is called-in in accordance with the Decision Making Process Rules.

 

5f

Approval to go out to competition for Salford Childrens Rights, Advocacy and Independent Visitor Service pdf icon PDF 223 KB

5g

Approval to award the contract for the supply of natural gas to all council premises pdf icon PDF 473 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:

The award of a 12 month contract for the supply of natural gas to all council premises as detailed in the table below:

 

Detail required

Answers

Title/Description of Contracted Service/Supply/Project

Contract for the supply of natural gas

Name of Successful Contractor

Corona Energy

Supplier Registration Number

(to be supplied by Corporate Procurement)

03241012

Type of organisation

(to be supplied by Corporate Procurement)

Public Limited Company

Status of Organisation

(to be supplied by Corporate Procurement)

Non-SME

Contract Value (£)

£4,070,974 full project

Contract Duration

12 months

Contract Start Date

01/07/2022

Contract End Date

30/06/2023

Optional Extension Period 1

12 months

Optional Extension Period 2

0 months

Who will approve each Extension Period?

Procurement Board (extension > £150k)

Contact Officer (Name & number)

Majid Maqbool

Lead Service Group

Place

How the contract was procured?

(to be supplied by procurement)

Framework

Framework Details (where applicable)

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

YPO Gas framework ref 986

Funding Source

Revenue Budget

Ethical Contractor (EC): Mayor’s Employment Charter

 

 

EC: Committed to sign Charter

 

EC: Accredited Living Wage Employer


 

The Reasons are following the procurement of the gas renewal via a fully compliant YPO gas framework, Corona Energy submitted prices for 12 month contract.  The 12 month contract will result in a cost of £4,070,974 per annum.  This amounts to an increase of 371% in annual costs when compared to existing contract. This significant increase is due to current geopolitical situation that has driven energy markets to new record highs.

Options considered and rejected was a 24 month contract due to supplier unwilling to commit to a longer duration in light of the current market volatility.  Any such contract would attract a significant risk premium and therefore not offer best value.

A 12 month contract will allow for budget certainty in the short run and sufficient time to allowing the market to settle with a view of securing a more competitive contract.

 

 

Assessment of Risk             Low

 

 

The source of funding is general revenue budget and schools budget

 

 

Legal Advice obtained from Richard Purcell, Principal Solicitor

 

 

Financial Advice obtained Gemma Singleton, Finance officer Level 2

 

 

Procurement Advice obtained Heather Stanton, Category Manager

 

 

HR Advice obtained N/A

 

 

Climate Change Implications obtained from Majid Maqbool

 

 

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

 

 

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

Contact Officer: Majid Maqbool

Telephone number: 0161 607 6987

 

The appropriate Scrutiny Committee to call-in the decision is the Growth and Prosperity Panel and overview Scrutiny Panel

 

 

 

Signed: Paul Dennett         

City Mayor

Dated: 9 June 2022

 

*           This decision was published on Thursday 9 June 2022

*           This decision will come in force at 4.00 p.m. on Thursday 16 June 2022                  unless it is called-in in accordance with the Decision Making Process Rules.

 

6.

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

7.

Exclusion of the public

8.

Decision items - Part 2 (closed to the public)

None.

9.

Date and time of next meeting

10:00am on Wednesday 22 June 2022 in the Salford Suite at the Salford Civic Centre, Chorley Road, Swinton, M27 5DA.