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:
Detail required |
Answers |
|
Title/Description of Contracted Service/Supply/Project |
Responsive Repairs Framework Suppliers |
|
Name of Successful Contractor |
Rank 1 Schofield & Sons Ltd |
Rank 2 G. Jones Builders Ltd |
Supplier Registration Number (to be supplied by Corporate Procurement) |
02459259 |
04928174 |
Type of organisation (to be supplied by Corporate Procurement) |
Private Limited Company |
Private Limited Company |
Status of Organisation (to be supplied by Corporate Procurement) |
SME |
SME |
Contract Value (£) |
£350,000 per annum estimated average |
|
Contract Duration |
24 months |
|
Contract Start Date |
06/08/2022 |
|
Contract End Date |
05/08/2024 |
|
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) |
Les Woolhouse 07713 786 093 |
|
Lead Service Group |
Place |
|
How the contract was procured? (to be supplied by procurement) |
Open tender |
|
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 up to charter |
|
|
EC: Accredited Living Wage Employer |
|
To request the approval of the framework for Responsive Repairs.
Options considered and rejected were: None. All procedures are in accordance with normal Contractual Standing Orders
Some of the services provided through this contract are statutory and therefore puts the council at risk if not undertaken correctly.
There is funding available under the Revenue budget.
Legal Advice obtained. Supplied by: Tony Hatton, Principal Solicitor.
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 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.
The report sets out the details for appointing bidders to the Council’s Responsive Repairs Framework Agreement, which is due for renewal this year.
The work undertaken thus far is explained throughout the report, and sets out the issues and tender process involved, including the evaluation of bids, to ensure compliance with PCR and CSO’s.
Two tenders were received from framework suppliers for this project, which have been 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 and Schofield and Sons Limited.
FINANCIAL IMPLICATIONS: Submitted by: Gemma Singleton, Senior Accountant Tel: 0161 793 2578
There are no direct financial implications for the Council from awarding places of the framework. However, it will provide a clear guidance to officers procuring these type of works and ensure that best value is achieved.
PROCUREMENT IMPLICATIONS: Supplied by: Emma Heyes, Category Manager, The Corporate Procurement Team
The framework for responsive repairs was advertised on the Chest as an open tender, and the evaluation process was carried out in compliance with the published award criteria. The recommendation to award to Schofield & Sons and G Jones is made based on them submitting the most economically advantageous bids using a combination of quality, cost and social value criteria.
The published award criteria stated that the first two ranked suppliers would be awarded a place on the framework, with the highest ranked bidder being directly awarded any work valued below £10k in the first instance, and the second ranked bidder being awarded any other work the first ranked supplier couldn’t supply.
Works exceeding £10k in value are excluded from this framework and will be subjected to quotation or tender.
The procurement process has been carried out in compliance with Contractual Standing Orders and Public Procurement Regulations.
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 27th July 2022
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
* This decision was published on 27 July 2022
* This decision will come in force at 4:00pm on 3 August 2022 unless it is called-in in accordance with the Decision Making Process Rules.
Supporting documents: