Agenda item

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

Re-roofing of Hollybank supported housing building

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

£166,091.00

Full Project £195,000.00

Contract Duration

                               10 weeks

Contract Start Date

17/11/2021

Contract End Date

21/01/2022

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

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

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: To undertake the replacement pitched and flat roofs.  The building has been subjected to water ingress which has damaged the internal areas. 

The works comprise of stripping of all the existing roofs.  Replacing the tiled roofs with tiling of the same quality; and installation of a new roof deck, insulation and a seamless cold applied built up roofing system to the flat roof.

The works and products will be covered by guarantees of 15 years for the pitched roof and 20 years for the flat roof areas.

 

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

 

Assessment of Risk: High

Sections of the roof have reached the end of their economic life and works are required to prevent the possibility of water ingress and potential closure of the building.

 

The source of funding is:

Corporate capital programme 2021/22

Expenditure code: P00015

 

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 the service requirements of the Council, as and when those services are required. If they are required then the Council will undertake an exercise to call off the services from one or more of the providers who have been selected to be on the framework and this may be through any number of ways e.g. mini-competition, direct allocation etc. depending on the circumstances. A contract will then be formed between the Council and the chosen provider/s.

 

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. Two companies 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 Wright Build Ltd. The procurement procedures therefore appear robust and compliant with the requirements of the Council’s CSO’s and PCR.

 

FINANCIAL IMPLICATIONS: Submitted by:  Gemma Singleton, Finance Officer tel 0161 793 2578

The works will be funded by the 2021/22 capital programme in the sum of £195,000.  (Tender costs £166,091 plus surveys, professional fees and associated additional costs of £28,909).

 

PROCUREMENT IMPLICATIONS: Supplied by:  The Corporate Procurement Team

Contact officer and telephone number: Deborah Derbyshire (Category Manager – Corporate Procurement Team) tel 0161 686 6244

 

The project has been competitively tendered by means of a mini competition under the Council’s own Minor Building Works Framework Lot 2 which complies with the Councils Contractual Standing Orders and the Procurement Contract Regulations.

 

The winning tenderer has submitted the most economically advantageous offer in line with the rules of the framework and the award also supports the Council’s objectives of working towards delivering social value on this contract.

 

HR Advice obtained; N/a

 

Climate Change Implications:

 

No significant Climate Change implications in this project. All projects are developed to meet or exceed current legislation and requirements relating to energy efficiency and carbon reduction targets. Projects are required to support the Council’s objectives of becoming carbon neutral by 2028.

 

The works will be programmed to minimise the traffic impact in the area.  Any waste materials will be removed and taken to a transfer station for systematic sorting and recycling to ensure minimal landfill waste.

 

Sustainability plans would be targeted to also align with opportunities to continue to deliver social value outcomes

 

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

Report to Procurement Board dated 10th November 2021


Contact Officer: Les Woolhouse Head of Buildings and Facilities

Telephone Number: 07713 786 093

 

·       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 and the Overview and Scrutiny Board

 

Signed:         BILL HINDS                                Dated: 10th November 2021

                    Lead Member

 

*         This decision was published on 10th November 2021   

*         This decision will come in force at 4.00 p.m. on 17th November 2021 unless it is called-in in accordance with the Decision Making Process Rules.

 

Supporting documents: