{meta}
In accordance with the constitution, the council publishes decisions taken by the City Mayor, Deputy City Mayors and Lead Members. Use the search options at the bottom of the page to find information regarding decisions taken at executive meetings after 24 January 2017.
Details of previous decisions are available as follows:
Officer decisions are not subject to call-in, however during the period of five working days from the publication of a decision taken by the City Mayor, Deputy City Mayors or a Lead Member, a request to 'call-in' a decision may be made by either:
Requests for call-in are only used in exceptional circumstances and if a decision is not called-in, it becomes effective at 4pm on the fifth working day following publication.
Decision Maker: Procurement Board
Made at meeting: 11/05/2022 - Procurement Board
Decision published: 12/05/2022
Effective from: 20/05/2022
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:
· To award the contract, for approves the council entering a Pre-Construction Services Agreement (PCSA) with PLP to enable the building of 24 modular units through the Rough Sleepers Accommodation Programme (RSAP) and to commence direct negotiations with them to deliver additional affordable units on these sites.
Detail required |
Answers |
Title/Description of Contracted Service/Supply/Project |
Construction of Move on accommodation through the RSAP |
Name of Successful Contractor |
PLP Construction Ltd |
Supplier Registration Number (to be supplied by Corporate Procurement) |
03244506 |
Type of organisation (to be supplied by Corporate Procurement) |
Private Limited Company |
Status of Organisation (to be supplied by Corporate Procurement) |
SME |
Contract Value (£) |
£268,800 Full construction costs will be confirmed at Stage 2 of the procurement process |
Contract Duration |
7 months |
Contract Start Date |
16/05/2022 |
Contract End Date |
30/11/2022 |
Optional Extension Period 1 |
months |
Optional Extension Period 2 |
months |
Who will approve each Extension Period? |
Procurement Board (extension > £150k) |
Contact Officer (Name & number) |
KONRAD MAGDINSKI 07932 874 871 |
Lead Service Group |
Place |
How the contract was procured? (to be supplied by procurement) |
ICN Framework |
Framework Details (where applicable) (procurement body, framework reference & title, start/ end date |
Innovation Chain North (ICN) is a framework for construction and associated professional services procured under the Public Contracts Regulations 2015 and is OJEU compliant. It has been designed to support the delivery of new homes and associated social infrastructure across the North of England. The framework includes lots for contractors, associated professional services as well as a Dynamic Purchasing System (DPS) for the supply of Modular Homes. |
Funding Source |
Grant |
Ethical Contractor (EC): Mayor’s Employment Charter |
|
EC: Committed to sign Charter |
?
|
EC: Accredited Living Wage Employer |
? |
The appointment, at a cost of £268,500, will commit to appointing a contractor under stage 1 to develop costs and designs under a two-stage procurement route. Permission is also sought to explore using the same contractor the delivery of some additional affordable units on these sites, subject to satisfactory assessments of value for money.
The report also seeks approval to place a deposit for the first set of units manufacture (£120,000) to maintain programme and draw down of grant.
Risks will be monitored and mitigated through the project group. The main risk is achieving spend in accordance with grant funding requirements. Approval of the report will ensure the schemes can begin before the end of October 2022.
If at any point the cost is not viable or providing VFM (Value for Money) SCC are not
bound to enter any PCSA or contract with PLP. An assessment of the risk of placing
orders will be carried out prior to placing a deposit on the manufacture of units.
There are also potential construction risks of rising costs and material shortages.
The cost of this scheme is included within the approved capital programme funded from a combination RSAP Grant and council match funding.
Legal Advice obtained – The Shared Legal Service – Tony Hatton
Financial Advice obtained David Mills – Commercial Finance Manager
Procurement Advice obtained Debbie Derbyshire Ext 6244
The following documents have been used to assist the decision process: N/A
Contact Officer: Konrad Magdzinski
Telephone number: 07932 874871
Please delete from the bullets below any which are not relevant
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.
FOR DEMOCRATIC SERVICES USE ONLY
* This decision was published on 12 May 2022
* This decision will come in force at 4.00 p.m. on 19 May 2022, unless it is called-in in accordance with the Decision Making Process Rules.
Decision Maker: Procurement Board
Made at meeting: 11/05/2022 - Procurement Board
Decision published: 12/05/2022
Effective from: 20/05/2022
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 |
Lewis Street Primary School – Roof repairs and window replacements, phase 1 |
||
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 |
£289,426.00 |
(£340,000 Full Project) |
|
Contract Duration |
14 weeks |
||
Contract Start Date |
28/05/2022 |
||
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 copings and the brickwork to the perimeter of the roof have deteriorated and works are required to ensure that the building is wind and watertight. The areas that have been identified as the highest priority are along Lewis Street elevation.
The windows on this elevation have exceeded their anticipated lifespan and require replacement. This will also aid in improving the ventilation to the rooms.
The pointing of the brickwork at first floor level including the terracotta copings is failing on the Lewis Street, Parr Street and St John Street upper elevations also needs to be repointed. There are areas internally areas of addled and damaged plaster which has been caused by the failure of the pointing. This is to be removed and replastered followed by isolated decoration.
Options considered and rejected were: None. All procedures are in accordance with normal Contractual Standing Orders
Failure to maintain the fabric of the building could result in the closure of classrooms and ancillary areas which would have a negative impact on the education of the pupils.
· Capital programme 2022/23
· Expenditure code: E22015
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: Alex Archer, Finance Manager 778 0498
The works will be funded by the 2022/23 capital programme in the sum of £340,000. (Tender costs £289,426 plus surveys, professional fees and associated additional costs of £50,574).
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.
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 11th May 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 12 May 2022
* This decision will come in force at 4:00pm on 19 May 2022, unless it is called-in in accordance with the Decision Making Process Rules.
Decision Maker: Procurement Board
Made at meeting: 11/05/2022 - Procurement Board
Decision published: 12/05/2022
Effective from: 20/05/2022
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 |
St Andrew’s CE Primary – Roofing, Brickwork and Internal Repairs, Phase 2 |
||
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 |
£158,551.00 |
(£185,000 Full Project) |
|
Contract Duration |
3 months |
||
Contract Start Date |
28/05/2022 |
||
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 phase 2 of the planned works and are to the ST Andrew’s Avenue and Talbot Street elevations. The works required are the renewal of the lead valleys, gutters, flashings and soakers to the exterior of the building. Internally repairs to damaged plaster and redecoration.
Options considered and rejected were: None. All procedures are in accordance with normal Contractual Standing Orders.
Repairs are required to prevent water ingress into the building. Repairs and re-bedding the terracotta copings and ridge tiles will maintain the integrity of the building and maintain the structural stability of these areas. If these works are not undertaken there is a high risk of debris coming loose, particularly during bad weather, and causing harm to the public and the building.
· Capital programme 2022/23
· Expenditure code: E22012
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 Schofield & Sons Ltd. The procurement procedures therefore appear robust and compliant with the requirements of the Council’s CSO’s and PCR.
FINANCIAL IMPLICATIONS: Submitted by: Alex Archer, Finance Manager 778 0498
The works will be funded by the 2022/23 capital programme in the sum of £185,000. (Tender costs £158,551 plus surveys, professional fees and associated additional costs of £26,449).
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.
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 11th May 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 12 May 2022
* This decision will come in force at 4:00pm on 19 May 2022, unless it is called-in in accordance with the Decision Making Process Rules.
Decision Maker: Procurement Board
Made at meeting: 11/05/2022 - Procurement Board
Decision published: 12/05/2022
Effective from: 20/05/2022
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 Contract for Installation of Energy Storage Systems as detailed in the table below:
Detail required |
Answers |
Title/Description of Contracted Service/Supply/Project |
Design and build of up to 7 battery storage systems |
Name of Successful Contractor |
PolySolar Ltd |
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) |
SME |
Contract Value (£) |
£924,234 full project |
Contract Duration |
9 Weeks |
Contract Start Date |
16/05/2022 |
Contract End Date |
29/07/2022 |
Optional Extension Period 1 |
2 months |
Optional Extension Period 2 |
N/A |
Who will approve each Extension Period? |
Strategic Director (extension < £150k) |
Contact Officer (Name & number) |
Majid Maqbool, Energy Manager |
Lead Service Group |
Place |
How the contract was procured? (to be supplied by procurement) |
Go Neutral Smart Energy Framework |
Framework Details (where applicable) (procurement body, framework reference & title, start/ end date |
GMCA GMCA 374 DN562301 Mini competition under Lot 1: Roof Mounted Solar PV & Battery Storage |
Funding Source |
Grant |
Ethical Contractor (EC): Mayor’s Employment Charter |
|
EC: Committed to sign Charter |
|
EC: Accredited Living Wage Employer |
The installations are majority funded by grant and the addition of battery storage will allow for the opportunity to maximise the use of on-site generation at peak periods therefore reducing costs to the Council of energy over the lifetime of the batteries.
Options considered and rejected were not to undertake the works and the loss of grant funding to undertake the works which was rejected in order to maximise the impact of the energy savings to the Council through the Public Sector Decarbonisation Scheme.
Assessment of Risk is high as timescales to deliver the scheme and maximise the grant funding element along with the Supply chain and lead in time for the delivery of the battery units.
The source of funding is: 93% grant funding and 7% USB Capital Budget - Property
Financial Advice obtained: Yes
Procurement Advice obtained: Yes
HR Advice obtained: N/A
Climate Change Implications obtained: Yes
The following documents have been used to assist the decision process:
- Procurement Board Request to Go out to Tender 02.03.22
The Lead Member has been consulted and is supportive of the proposed contract.
The appropriate Scrutiny Committee to call-in the decision is Regeneration.
FOR DEMOCRATIC SERVICES USE ONLY
* This decision was published on 12 May 2022
* This decision will come in force at 4.00 p.m. on 19 May 2022, unless it is called-in in accordance with the Decision Making Process Rules.
Decision Maker: Procurement Board
Made at meeting: 11/05/2022 - Procurement Board
Decision published: 12/05/2022
Effective from: 20/05/2022
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 an extension of the respecified contract for one year and assurance of provision will be provided via the Provider Collaborative and Locality Board. Should performance become an issue the contract would be reviewed and re-procured at any time.
Detail required |
Answers |
||||
Contract Reference |
|||||
Title/Description of Contracted Service/Supply/Project |
0-19 Integrated Children’s Health Service |
||||
Name of Contractor |
Salford Royal NHS Foundation Trust (Northern Care Alliance |
||||
Type of organisation (to be supplied by Corporate Procurement) |
Other |
||||
Status of Organisation (to be supplied by Corporate Procurement) |
Non-SME |
||||
Value of Contract Extension |
£5,327,472 |
Per Annum (estimated average) |
|||
Existing Contract Term |
01/04/2017 |
to |
31/03/2022 |
||
Extension Period |
01/04/2022 |
to |
31/03/2023 |
||
Contact Officer (Name & number) |
Steven Gavin (0161 686 6287) |
||||
Lead Service Group |
Public Health |
||||
Funding Source |
Grant |
||||
Ethical Contractor |
Mayor’s Employment Charter Committed to sign up to the Charter |
||||
|
Accredited Living Wage Employer |
||||
The reasons are:
· To allow for Salford Clinical Commissioning Group transitioning into an Integrated Care System and for changes in the local commissioning landscape to settle.
Assessment of risk
Risks relate to potential challenge from external providers who would be interested in bidding for the contract if it were to go out to tender set against the risk of further disruption and instability in the system that might result in a change of provider, particularly within the context of post-COVID recovery.
The source of funding is: The Public Health Grant
Legal advice obtained: Tony Hatton t.hatton@manchester.gov.uk
Financial advice obtained:
The budget is available as part of the Integrated Fund through the Public Health Grant.Michelle Cowley (Michelle.Cowley@salford.gov.uk) 0161 793 2520
Procurement advice obtained:
Anthony Hilton anthony.hilton@salford.gov.uk 0161 686 6249
The report makes recommendation for a further twelve-month extension period to the existing contract. If this option is to be approved, it is imperative that all other options have been fully explored and appraised, in order to ensure that opportunities for service redesign, revenue savings as part of the Innovate programme and improved performance/ service outcomes have been fully exhausted. The peer review being proposed should assist in shaping the future specification and delivery model.
HR advice obtained: Not applicable.
Climate change implications obtained: Not applicable.
Documents used:
The relevant documents contain
exempt or confidential information and are not available for public
inspection
Contact details
Contact Officer: Steven Gavin
Telephone number: 0161 686 6287
Signed: Paul Dennett________ Dated: _11 May 2022____.
City Mayor
* This decision was published on 12 May 2022
* This decision will come in force at 4:00pm on 19 May 2022, unless it is called-in in accordance with the Decision Making Process Rules.
Decision Maker: Procurement Board
Made at meeting: 11/05/2022 - Procurement Board
Decision published: 12/05/2022
Effective from: 20/05/2022
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:
· an exception to Contractual Standing Orders as permitted within the City Council Constitution and the award of the Contract to award an extension to the commissioning of the Sexual and Reproductive Health Services for Salford and Bolton as detailed in the table below:
Detail required |
Answers |
Title/Description of Contracted Service/Supply/Project |
Commissioning of the Sexual and Reproductive Health Services |
Name of Successful Contractor |
Bolton NHS Foundation Trust |
Supplier Registration Number (to be supplied by Corporate Procurement) |
654913421 |
Type of organisation (to be supplied by Corporate Procurement) |
Other |
Status of Organisation (to be supplied by Corporate Procurement) |
Non-SME |
Contract Value (£) |
£1,794,437 (per annum estimated average) |
Contract Duration |
12 months |
Contract Start Date |
01/04/2023 |
Contract End Date |
31/03/2024 |
Optional Extension Period 1 |
|
Optional Extension Period 2 |
|
Who will approve each Extension Period? |
Procurement Board (extension > £150k) |
Contact Officer (Name & number) |
Helen Dugdale 07970 100066 |
Lead Service Group |
Public Health |
How the contract was procured? (to be supplied by procurement) |
Open tender via the Chest |
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 Charter |
|
EC: Accredited Living Wage Employer |
2 The extension would provide time to develop a service model and service specification which accounts for the changing health service landscape, primary care’s role and the new additions to SHS such as PrEP provision. The extension would also provide time to fully understand and develop the sexual health prevention in the city.
3 Market Testing needs to be carried out, to assess and stimulate interest in tendering for the contract.
4 It is currently unclear at what level the future sexual health commissioning that the ICS (CCG and NHS England previously commissioned services) will be responsible for will be commissioned at, locality or the Greater Manchester level.
5 Both commissioners and providers are still affected by the COVID-19 pandemic. There is a risk of recommissioning a service of insufficient quality and carrying out a costly tendering exercise. By not recommissioning now the existing provider will be able to deliver more effectively to service users.
6 Any recommissioning action would need to be coordinated with our joint commissioner, Bolton Council. The extension would allow clarification regarding SCC’s co-commissioning relationship with or independence from Bolton Council going forward.
Options considered and rejected were:
Medium – these are mandated services to help people prevent, identify and treat sexually transmitted infections, improve sexual health and wellbeing, manage conditions and adhere to treatment, avoid unwanted pregnancy and promote safe and positive sex and relationships. Not extending these contracts would affect, on the ground delivery of prevention, care and support including testing and prescribing in clinics.
Integrated Fund (Public Health Budget)
Procurement Advice obtained
HR Advice N/A
Climate Change Implications obtained
The following documents have been used to assist the decision process:
1. Approval for an Exception to Contractual Standing Orders to award an extension to the commissioning of the Sexual and Reproductive Health Services for Salford and Bolton.
2. Health and Care Commissioning Board Improving Sexual Health Outcomes Paper. Gillian McLauchlan. January 2020.
Contact Officer: Helen Dugdale
Telephone number: 07970 100066
Please delete from the bullets below any which are not relevant
FOR DEMOCRATIC SERVICES USE ONLY
* This decision was published on 12 May 2022
* This decision will come in force at 4.00 p.m. on 19 May 2022, unless it is called-in in accordance with the Decision Making Process Rules.
Decision Maker: Procurement Board
Made at meeting: 11/05/2022 - Procurement Board
Decision published: 12/05/2022
Effective from: 20/05/2022
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:
· Commissioning of Pre-Exposure Prophylaxis (PrEP) medication to prevent transmission of HIV for high-risk populations.
Detail required |
Answers |
||
Title/Description of Contracted Service/Supply/Project |
Commissioning of Pre-Exposure Prophylaxis (PrEP) medication to prevent transmission of HIV for high risk populations |
||
Name of Successful Contractor |
Bolton NHS Foundation Trust |
||
Supplier Registration Number (to be supplied by Corporate Procurement) |
654913421 |
||
Type of organisation (to be supplied by Corporate Procurement) |
Other |
||
Status of Organisation (to be supplied by Corporate Procurement) |
Non-SME |
||
Contract Value |
|
Per Annum (estimated average) |
|
Contract Duration |
12 months |
||
Contract Start Date |
01/04/2022 |
||
Contract End Date |
31/03/2023 |
||
Optional Extension Period 1 |
31/03/2024 |
||
Optional Extension Period 2 |
|||
Who will approve each Extension Period? |
Procurement Board (extension > £150k) |
||
Contact Officer (Name & number) |
Helen Dugdale 0161 793 3543 |
||
Lead Service Group |
Public Health |
||
How the contract was procured? (to be supplied by procurement) |
Contract insertion existing provider |
||
Framework Details (where applicable) (procurement body, framework reference & title, start/ end date |
|
||
Funding Source |
External Funding Source (please identify below) |
||
Ethical Contractor |
Mayor’s Employment Charter Committed to sign up to the Charter |
||
|
Accredited Living Wage Employer |
||
The Department of Health and Social Care (DHSC) provides PrEP funding to Local Authorities, via the Public Health Grant. Salford is the lead Commissioner for Salford and Bolton Sexual Health Services.
PrEP needs to be provided for Salford residents and DHSC guidance has stipulated this is through a Level 3 sexual health service provider. Bolton NHS Foundation Trust (BFT) is the local Level 3 provider for Salford and Bolton local Authorities. BFT delivered the PrEP IMPACT Trial, which ended in October 2020, so are experienced in provision. This arrangement allows current service users to have continuity of service.
Currently PrEP is delivered within the local authority commissioned specialist (level 3) sexual health service by BFT. Commissioning BFT represents the best value way to provide this as they are the Salford Level 3 service and it is considered to be in the council’s best interests.
NB A level 3 SHS is required because they can provide clinical governance, patient confidentiality, information governance, safeguarding, workforce training, medicines management etc.
Options considered and rejected were: N/A
Department of Health and Social Care via the Public Health grant.
Procurement Advice obtained
HR Advice obtained: N/A
Climate Change Implications obtained
The following documents have been used to assist the decision process.
· PrEP Local Authority National Service Specification insert.
· NHS England Provider contract to pay for the medication only part of the treatment.
Contact Officer: Helen Dugdale
Telephone number: 0161 793 3543
This matter is also subject to consider by the Lead Member for Lead Member for Adult Services, Health and Wellbeing.
The Lead Member has been consulted and is supportive of the proposed contract.
This document records a key decision but the matter was not included in the Council’s Forward Plan and it has been dealt with under the emergency procedure.
FOR DEMOCRATIC SERVICES USE ONLY
* This decision was published on 12 May 2022
* This decision will come in force at 4.00 p.m. on 19 May 2022, unless it is called-in in accordance with the Decision Making Process Rules.