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:
(1) Approve the extension of the contract for the Responsive Repairs Framework suppliers for a further period of twelve months as detailed in the table below:
Detail required |
Answers |
||||
Contract Reference |
SCC Responsive Repairs Framework Suppliers |
||||
Title/Description of Contracted Service/Supply/Project |
Approved contractors for responsive repairs to SCC properties |
||||
Name of Contractor |
1)Schofield and Sons Ltd, 2)G Jones Builders Ltd, 3)MC Facilities Services Ltd |
||||
Type of organisation (to be supplied by Corporate Procurement) |
Private Limited Company |
||||
Status of Organisation (to be supplied by Corporate Procurement) |
SME |
||||
Value of Contract Extension |
£340,000 |
Per Annum (estimated average) |
|||
Existing Contract Term |
06/08/2018 |
to |
05/08/2020 |
||
Extension Period |
06/08/2020 |
to |
05/08/2021 |
||
Contact Officer (Name & number) |
Les Woolhouse 0161 779 4961 |
||||
Lead Service Group |
Place |
||||
Funding Source |
Revenue Budget |
||||
Ethical Contractor |
Mayor’s Employment Charter Committed to sign up to the Charter |
|
|||
|
Accredited Living Wage Employer |
||||
The existing framework suppliers have demonstrated their ability and commitment in undertaking the Councils requirements over the period of the existing contract. They have confirmed that they are willing to continue their contract for a period of a further twelve months with minor reasonable adjustments to their contract prices to cover for inflation
There is provision within the current contract to extend the agreement for a further period from 06/08/2020 to 05/08/202
Options considered and rejected were
None. All procedures are in full compliance with Contractual Standing Orders
Direct access to a number of contractors who are available to undertake responsive repairs will help ensure that the Council can quickly comply with practical and statutory obligations that are required to maintain buildings and services in a fit state of order.
Revenue and capital budget allocations
Legal advice obtained Submitted by: The Shared Legal Service
Tony Hatton, Principal Solicitor, tel. 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 report essentially covers the request to grant a twelve month extension period to the appointment of contractors under an existing framework agreement for responsive repairs which is due for renewal in August 2020.
The original framework agreement was approved by Procurement Board at their meeting on 30 May 2018. The existing contract is for a period of 2 years, with the option to extend for a further two (2) periods of 12 months. The Agreement commenced on 6 August 2018 initially for 2 years and may be extended on an annual basis at the discretion of the Authority for a further year on each occasion, up to a maximum total period of 4 years.
Three tenders were received from framework suppliers for this project, which were evaluated on the most economically advantageous tender basis in line with procurement procedures resulting in the proposed appointment to the framework of G. Jones Builders Limited, MC Facilities Services and Schofield and Sons Limited.
Call off contracts will be offered for direct award in order of the highest scoring contractor first, Schofield and Sons Limited, followed by G Jones Builders, then MC Facilities Services in accordance with the original evaluation rankings. If that Contractor is unavailable to carry out the Works then the next highest ranked Contractor will be contacted to undertake the works and so on.
Financial advice obtained: Submitted by: the Finance Team: Paul Hutchins (Strategic Finance Manager) Tel: 0161 793 2574
There are no direct financial implications for the Council from the awarding of places on the framework. However, it will provide clear guidance to officers procuring these types of work and ensure that best value is achieved.
Procurement advice obtained: Supplied by: Deborah Derbyshire (Category Manager – Corporate Procurement Team) Tel: 0161 686 6244
The framework was procured via an OJUE process for a two year period with an option to extend for a further two years on an annual basis. Therefore the framework is compliant with the Public Contracts Regulations (PCR’s) and the Councils Contractual Standing Orders (CSO’s).
HR advice obtained
Not applicable
Climate change implications obtained
The three contractors are Salford based companies which will help reduce transport and travel within the local area.
The response repair works required to be undertaken will assist the Council in becoming carbon neutral by 2028.
Documents used
The following documents have been used to assist the decision process.
Report to Procurement Board dated 30th May 2018 titled Minor Works and Responsive Repairs Framework Agreements.
Report to Procurement Board dated 22nd July 2020 titled Extension of the Contract for the Responsive Repairs Framework Suppliers.
Contact Officer: Les Woolhouse
Telephone number: 0161 779 4961
· This matter is not subject to consideration by another Lead Member.
· The appropriate Scrutiny Committees to call-in the decision are the Growth and Prosperity Scrutiny Panel and The Overview and Scrutiny Board.
* This decision was published on 22 July 2020
* This decision will come in force at 4.00 p.m. on 29 July 2020 unless it is called-in in accordance with the Decision Making Process Rules.
Supporting documents: