Agenda and decisions

Venue: Committee Room 2, 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 14 June 2023

To follow.

4.

Matters arising

5.

Decision items - Part 1 (open to the public)

5a

Approval to Award the Contract for the electrical rewire at North Walkden Primary School pdf icon PDF 423 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:

 

  • to Award the Contract for the electrical rewire at North Walkden Primary School, as detailed in the table below:

 

Detail required

Answers

Title/Description of Contracted Service/Supply/Project

Electrical Rewire – North Walkden Primary School

Name of Successful Contractor

A Copeland Group Ltd

Supplier Registration Number

(to be supplied by Corporate Procurement)

01176225

Type of organisation

(to be supplied by Corporate Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate Procurement)

SME

Contract Value (£)

£203,741.07    (£240,000 full project)

Contract Duration

 14 weeks

Contract Start Date

24/07/2023

Contract End Date

27/10/2023

Optional Extension Period 1

N/a

Optional Extension Period 2

N/a

Who will approve each Extension Period?

Choose an item.

Contact Officer (Name & number)

Les Woolhouse 07713 786 093

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

NHS SBS Hard Facilities Management 2 Framework – Lot2.2c

Funding Source

Capital Programme

Ethical Contractor (EC): Mayor’s Employment Charter

 

EC: Committed to sign Charter

 

EC: Accredited Living Wage Employer


 

The Reasons are:

The works have been identified on the schools asset management plan. The works are for complete replacement of the general lighting systems, the small power systems, mains distribution system and partial replacement of the containment systems.

 

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 leaves the school electrical system vulnerable to faults and possible failure. Should the system fail the school would be subjected to potential closure or severe disruption to teaching and learning.

 

The source of funding is: Schools Capital Programme 2023/24 (Expenditure code: E23030)

 

Legal Advice obtained: Supplied by: 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. CSO’s stipulate that where a suitable framework agreement exists, this must be used unless there is an auditable reason not to, and the proposed award of the contract follows a tender exercise by mini competition in accordance with the NHS SBS Hard Facilities Management 2 Framework Lot 2.2c.

 

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. One company 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 A Copeland Group Ltd. The procurement procedures therefore appear robust and compliant with the requirements of the Council’s  ...  view the full decision text for item 5a

5b

Approval to Award the Contract for the demolition of Units: 25 - 31 & 33 - 37, Winders Way, Winders Way Security Hut and 1- 7 & 9 - 15, Wynne Street, Salford pdf icon PDF 429 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 the following contract for a project approved under the Capital Programme, as detailed below:

 

Detail required

Answers

Title/Description of Contracted Service/Supply/Project

Demolition of units; 25 – 31 & 33 – 37, Winders Way, Winders Way Security Hut, M6 6AR/6FP and 1- 7 & 9 – 15, Wynne Street, Salford, M6 6AD

Name of Successful Contractor

Rhodar Demolition Limited

Supplier Registration Number

(to be supplied by Corporate Procurement)

6426331

Type of organisation

(to be supplied by Corporate Procurement)

Private Limited Company

Status of Organisation

(to be supplied by Corporate Procurement)

SME

Contract Value (£)

£168,200 (£190,000 full project)

Contract Duration

8 weeks

Contract Start Date

17/07/2023

Contract End Date

08/09/2023

Optional Extension Period 1

N/A

Optional Extension Period 2

N/A

Who will approve each Extension Period?

Choose an item.

Contact Officer (Name & number)

Jon Phillips; Tel 0161 779 4814

Lead Service Group

Place

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

Demolition & Associated Service Framework Agreement 2022

Funding Source

Capital Programme

Ethical Contractor (EC): Mayor’s Employment Charter

 

EC: Committed to sign Charter

EC: Accredited Living Wage Employer


 

The Reasons are: The preparation of the site for re-development.

 

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

 

Assessment of Risk: High

The demolition works have been identified as a priority to allow the proposed English Cities Fund, new redevelopment, (Salford Rise) to proceed. Due to the locality of the units on Winders Way, there have been vandalisms activities over the past few months with window glazing being smashed and metal grid covers stolen. There are concerns that the units will become a prime target for ASBO and vandalism if they are not demolished.

 

The source of funding is: The source of funding is: 2023/24 Capital Programme (Expenditure Code: P00084)

 

Legal Advice obtained: Supplied by: The Shared Legal Service – 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 Framework agreement for Demolition and Associated Services

 

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. Five tenders were received from framework suppliers for this project, which have been evaluated on the most economically advantageous tender basis in line with published procedures resulting in the proposed award of the contract to Rhodar Demolition Limited. The procurement procedures therefore appear  ...  view the full decision text for item 5b

5c

Approval to Award the Contract for MCF Crossing - Cleggs Lane/ Amblecote Drive West pdf icon PDF 386 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:

 

1.  Approve the appointment of Rosgal Limited, subject to Greater Manchester Combined Authority (GMCA) approval of Full Business Case and Delivery Agreement at a cost of £425,320.26, to undertake the main works on MCF Crossing – Cleggs Lane/ Amblecote Drive West.

2.  Approve the creation of a purchase order to Rosgal Limited, to the value of £425,320.26, to enable payments to be made to the contractor

3.  Approval of a risk allocation totalling £95,110.94, and the approval to create any required Purchase Orders that may call on the risk allocation.

4.  Approve the ‘Supervision and Management Fees’ totalling £39,708.89.

5.  Approve the ‘Other Costs’ associated with the project delivery totalling £60,760.00 and approve the creation of any required Purchase Orders.

6.  Delegate Authority to the Strategic Director Place in consultation with the S151 officer to draft and approve the required Grant Funding Agreements (GFA) between Salford City Council, Transport for Greater Manchester (TfGM) and the GMCA.

 

Detail required

Answers

Title/Description of Contracted Service/Supply/Project

MCF Crossing – Cleggs Lane /Amblecote Drive West

Name of Successful Contractor

Rosgal Limited

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

Contract Value (£)

£425,320.26 - full project

Risk Allowance

£95,100.94

Supervision and Management Fees

£39,708.89

Other Costs

£60,760.00

Contract Duration

6 months

Contract Start Date

07/07/2023

Contract End Date

07/01/2024

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)

Matthew Mollart x779 6184

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

Grant

Ethical Contractor (EC): Mayor’s Employment Charter

 

EC: Committed to sign Charter

 

EC: Accredited Living Wage Employer


 

The Reasons are

TfGM successfully gained programme entry to the Mayor’s Cycling and Walking Fund for a series of crossing upgrades and new crossings across Greater Manchester, which ‘MCF Crossing – Cleggs Lane/ Amblecote Drive West’ is one of the schemes that gained programme entry to the fund.

 

Cleggs Lane/ Amblecote Drive West scheme was chosen as a location for two crossings upgrades owing to concerns raised by residents and Local Councillors on the safety of pedestrians crossing Cleggs Lane. In the last 8 years, there have been a number of collisions involving both motorists and pedestrians, which has necessitated the need for upgraded facilities.

 

This scheme proposes to install two new controlled crossings on Cleggs Lane, one north of Amblecote Drive West and another between Old Lane and Eastham Way. Both of the new controlled crossings will  ...  view the full decision text for item 5c

6.

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

7.

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.

 

7a

Approval to Award the Contract for Dérive Housing Management Services pdf icon PDF 426 KB

8.

Exclusion of the public

9.

Decision items - Part 2 (closed to the public)

9a

Approval to Award the Contract for Dérive Housing Management Services pdf icon PDF 203 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 the contract for Dérive Housing Management Services, as detailed in the table below:

 

Detail required

Answers

Title/Description of Contracted Service/Supply/Project

Dérive Housing Management Services

Name of Successful Contractor

Together Housing Association

Supplier Registration Number

(to be supplied by Corporate Procurement)

CCBS No: 28687R

Type of organisation

(to be supplied by Corporate Procurement)

Other

Status of Organisation

(to be supplied by Corporate Procurement)

Non-SME

Contract Value (£)

£          1,991.46 per unit/per annum

Contract Duration

60 months

Contract Start Date

31/08/2023

ontract End Date

31/08/2028

Optional Extension Period 1

0 months

Optional Extension Period 2

0 months

Who will approve each Extension Period?

Choose an item.

Contact Officer (Name & number)

Andrew Leigh 0161 793 2155

Lead Service Group

Place

How the contract was procured?

(to be supplied by procurement)

Open Procedure via the Chest

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 Charter

X

 

EC: Accredited Living Wage Employer


 

The Reasons are: The current housing management agreement with Salix Homes reaches the end of its term on the 31st August 2023.  To ensure the continuity of the essential provision of a housing management service for Dérive tenants the council has undertaken a competitive procurement process to identify a preferred housing management contractor for the next 5 years.

 

Options considered and rejected were:

Option 1 – Establish a Housing Management Service in Dérive to manage the homes

Option 2 – Extending the current agreement with Salix Homes

 

Assessment of Risk: High

 

The source of funding is: Dérive Group and Dérive RP have provision within their Business Plans for delivering these services.

 

Legal Advice obtained: When commissioning contracts for the procurement of goods, services, or the execution of works the City Council as a ‘contracting authority’ must comply with the Public Contract Regulations 2015 as well as the provisions of its own Contractual Standing Orders (CSO’s), Financial Regulations and the duties of Best and Social value. In addition, the Regulations require that contracting authorities treat candidates equally and in a non-discriminatory way and act in a transparent manner, failing which the award of a contract may be subject to legal challenge.

 

The report sets out that the Council has undertaken a compliant procurement process using an open procedure on the northwest portal (the Chest) which is compliant with the requirements of CSO’s and public procurement legislation. Undertaking the tender exercise set out in the report resulting in the recommendation to award the service to Together Housing will give some comfort to the Council in ensuring that value for money is being obtained and periodically tested, with open competition maintained. The carrying out of this procurement exercise in compliant manner will ensure that  ...  view the full decision text for item 9a

10.

Date and time of next meeting

10:00am on Wednesday 12 July 2023 in Committee Room 1 at Salford Civic Centre, Chorley Road, Swinton, M27 5DA