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: 22/11/2023 - Procurement Board
Decision published: 22/11/2023
Effective from: 01/12/2023
Decision:
Salford City Council – Record of Decision
I Councillor Youd, 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 the Extension of the Agency Drainage Engineer Position, as detailed in the table below:
Detail required |
Answers |
Title/Description of Contracted Service/Supply/Project |
Extension of the Agency Drainage Engineer Position |
Name of Successful Contractor |
Reed |
Supplier Registration Number (to be supplied by Corporate Procurement) |
|
Type of organisation (to be supplied by Corporate Procurement) |
Choose an item. |
Status of Organisation (to be supplied by Corporate Procurement) |
Choose an item. |
Contract Value (£) |
£80,640 per annum estimated average |
Contract Duration |
12 months |
Contract Start Date |
27/11/2023 |
Contract End Date |
29/11/2024 |
Optional Extension Period 1 |
12 months |
Optional Extension Period 2 |
months |
Who will approve each Extension Period? |
Strategic Director (extension < £150k) |
Contact Officer (Name & number) |
Stephen Hands |
Lead Service Group |
Place |
How the contract was procured? (to be supplied by procurement) |
|
Framework Details (where applicable) (procurement body, framework reference & title, start/ end date |
N/A |
Funding Source |
Capital Programme |
Ethical Contractor (EC): Mayor’s Employment Charter |
|
EC: Committed to sign up to charter |
|
EC: Accredited Living Wage Employer |
To provide support for the Flood Risk & Drainage Manager and enable the service area to meet its Statutory and other duties.
Options considered and rejected were:
- The appointment of permanent staff – the role has been advertised multiple times, most recently in June 2023 with no suitable candidate forthcoming. A further recruitment exercise is planned.
- External Provider – An arrangement was briefly entered into but was cut short as it was not considered to provide the required level of service. Other framework providers were approached but could not provide a suitable candidate/service.
High – The Council is at risk if it not able to meet its Statutory obligations in relation to flood water management. The Flood Risk and Drainage Service Area is not able to meet these, or to carry out other functions without the current level of resource as a minimum.
A combination of revenue from Planning and Lead Local Flood Authority budgets, augmented with capital funding from project work.
No Legal implications as such. The Council may engage such staff as it thinks fit in order to discharge its functions, and to support that, holds an existing contract with Reed for the provision of agency workers as and when they may be required.
Within the agreement with Reed there is no limit to the value of orders that are placed with Reed, and therefore the route to engage the worker is compliant with CSOs.
No financial implications as such. The cost of the position is included in the Budget 2023-24 and is covered by the Budget from Planning and rechargeable work.
Procurement Advice obtained:
The Council holds an existing contract with Reed for the provision of Temporary Agency workers, commissioned by Trafford Council on behalf of all GM authorities which commenced on 29 January 2022 until 28 January 2025.
There is no limit to the value of orders that are placed with Reed, and therefore the route to engage the worker is compliant with CSOs.
HR Advice obtained:
It should be noted that whilst the request is to offer a 1-year contract extension, there is no obligation to keep the agency member of staff in role for the entire year. There is flexibility to terminate the contract within this period providing 1 weeks’ notice to Reed. A contract extension allows the council some time to consider alternative recruitment approaches. The aim is to source a permanent drainage engineer to provide better stability for the team in the long-term. The council will be using the executive search facilities and expertise of Penna recruitment agency to front this campaign. The aim of the campaign is to appeal to a candidate that is looking for better job security and someone that will want to develop their skills and career with the council. Further work is also being undertaken to analyse market rates to establish if the council rates of pay are comparable with its competitors.
Climate Change Implications obtained:
Flooding is increasing with climate change, placing homes and communities at greater risk. As part of the management of flood risk, Sustainable urban Drainage Systems (SuDS) are vital infrastructure, helping to reduce surface water flooding and water pollution. They also enhance habitats, support wildlife and provide public amenity.
Stephen Hands
This matter is not subject to consideration by another Lead Member.
The appropriate Scrutiny Committee to call-in the decision is the
FOR DEMOCRATIC SERVICES USE ONLY
* This decision was published on 22 November 2023
* This decision will come in force at 4.00 p.m. on 30 November 2023 unless it is called-in in accordance with the Decision Making Process Rules.
Decision Maker: Procurement Board
Made at meeting: 22/11/2023 - Procurement Board
Decision published: 22/11/2023
Effective from: 01/12/2023
Decision:
Salford City Council – Record of Decision
I Councillor Youd, 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 Better Bus Routes – The Crescent to Media City UK: Preliminary Design, as detailed in the table below:
Detail required |
Answers |
Title/Description of Contracted Service/Supply/Project |
Better Bus Routes – The Crescent to Media City UK: Preliminary Design |
Name of Successful Contractor |
Wilde Consulting Engineers Ltd |
Supplier Registration Number (to be supplied by Corporate Procurement) |
2603960 |
Type of organisation (to be supplied by Corporate Procurement) |
Public Limited Company |
Status of Organisation (to be supplied by Corporate Procurement) |
SME |
Contract Value (£) |
£245,560 / full project |
Contract Duration |
7months |
Contract Start Date |
04/12/2023 |
Contract End Date |
04/07/2024 |
Optional Extension Period 1 |
Not Applicable at this stage |
Optional Extension Period 2 |
months |
Who will approve each Extension Period? |
Strategic Director (extension < £150k) |
Contact Officer |
Stephen Hands |
Lead Service Group |
Place |
How the contract was procured? (to be supplied by procurement) |
Mini Competition |
Framework Details (where applicable) (procurement body, framework reference & title, start/ end date |
TfGM Professional Services Framework, Lot 7K – Streets for All Design Services and Traffic Engineering (Transport) |
Funding Source |
Grant |
Ethical Contractor (EC): Mayor’s Employment Charter |
|
EC: Committed to sign up to charter |
|
EC: Accredited Living Wage Employer |
To support the development of the preliminary designs for Better Bus Routes – The Crescent to Media City UK.
Options considered and rejected were:
Delivery by the in-house team – The Highway Design team does not have sufficient in-house resources to carry out the Preliminary Design in the required timeframe whilst meeting the existing commitments of the Capital Programme.
Medium: The process of setting budgets for the CRSTS funding settlement took place several years’ ago, whilst inflationary pressures in the construction sector have increased costs substantially since the funding allocations were bid for and agreed.
The government funding letter to Greater Manchester confirms ‘Any cost overruns must be met locally and no additional HMG (Government) funding from this settlement will be provided to support your CRSTS programmes’.
This means that the work funded by the programme may have to be reduced in scope as inflation pressures continue to erode what can be delivered with the funding allocated.
It will be important to develop the interventions working in close collaboration with the Greater Manchester and Active Travel England governance and approval gateway processes, to ensure the risk of funding claw back is minimised as projects progress beyond development to the delivery phase of the project.
City Region Sustainable Transport Settlement (CRSTS).
When commissioning contracts for the procurement of goods, services, or the execution of works the Council as a ‘contracting authority’ must comply with the Public Contracts Regulations 2015 (PCR) as well as the provisions of its own Contractual Standing Orders (CSO’s), Financial Regulations and the duties of Best and Social value. CSO’s stipulate that where a suitable framework exists, this must be used unless there is an auditable reason not to do so.
The proposed procurement of the works will be by way of a tender exercise in accordance with TfGM’s Professional Services Framework, which was procured in accordance with the PCR and was set up to allow public bodies named on the framework, through open competitive process, to access an arrangement whereby suppliers can be preselected to supply a defined scope of services under an agreed set of terms and conditions.
Compliance with the process/procedure set out in the framework agreement and evaluating bids in accordance with the published criteria will ensure that the risk of challenge to the final award of the contract is minimal and that any challenge, should it materialise, is extremely unlikely to be successful. The Council will need to follow the procedure set out in the TfGM framework.
It is important that the Council complies with any terms of the grant funding agreement (in particular ensuring that the fund is only used for eligible expenditure) and any timescales around expenditure and reporting are adhered to, otherwise the Council may be at risk of clawback for failure to comply.
Approval was granted at the GMCA meeting of 25th November 25th 2022, to drawdown £1.58m of CRSTS funding, to develop the project business case for Salford Crescent – Media City Bus Corridor scheme. TfGM have, as scheme promoter, developed the project to date.
This report is seeking approval for the City Council to tender for external resource in order to complete the work that the in-house team is unable to fulfil. This will be funded by a grant arrangement with Transport for Greater Manchester to support scheme development costs for the next stage of the project. The City Council will be making retrospective grant claims on a quarterly basis as part of the agreed grant arrangements.
Whilst the project should be budget neutral for SCC (as the est. 250k will be claimed back), it should be noted that the letter from the Department for Transport to the GMCA confirming the overall CRSTS settlement (29th July 2022), is clear that any cost overruns must be met locally and no additional government funding will be provided to support CRSTS programmes. Therefore, schemes funded by the CRSTS programme, may have to be reduced in scope as construction industry inflationary pressures continue to present to challenges for the Council, in terms of what can be delivered with the funding allocated.
Council officers are working closely with Greater Manchester and Active Travel England on governance and approval gateway processes, in order minimise the risk exposure associated with funding claw backs, as projects progress beyond development to the delivery phase.
Procurement Advice obtained:
A further competition was completed under the TfGM Professional Services Framework, Lot 7. Wilde Consulting scored highest with the most economically advantageous tender. This complies with SCC standing orders and PCR’s 2015.
As part of the Council’s Innovate program efficiencies will be considered as part of this contract.
HR Advice obtained:
HR support the proposal to tender the procurement of seconded technical staff, through the TfGM Framework to avoid any unnecessary delays in commencing the programme. The Institution of Engineering and Technology (IET) report currently there are on average 10 unfilled engineering roles per business in the UK. The second extensive recruitment campaign is planned to target individual roles with the aim of appealing to candidates highlighting benefits and development opportunities rather than a ‘one size fits all’ service campaign. HR are also exploring other potential recruitment avenues including market supplement rates and assessing the feasibility and practical implications of overseas sponsorship for skilled engineers.
Climate Change Implications obtained:
Once completed, the project will enable the communities that surround the route and those that use it to access the Crescent/ Media City and beyond, to make more sustainable travel choices through a range of interventions along the route.
This phase of the project’s development will help shape what these interventions could look like if taken forward to future work stages and what the specific Climate Change Implications are.
While the details of specific interventions aren’t known at this stage, it is envisaged that the interventions will include measures that enable more sustainable travel choices to be made (i.e. improvements to walking and cycling facilities and access to public transport) all of which will help reduce carbon emissions, that are linked to global warming and reduce the number of private vehicles on the roads.
The following documents have been used to assist the decision process:
· Greater Manchester Combined Authority (GMCA) Report - 25th November 2022
· Report to Property & Regeneration Board – Authority to enter into Development Agreement - 14th August 2023
· Procurement Board – Authority to undertake procurement exercise – 11th October 2023
This matter is not subject to consideration by another Lead Member.
The appropriate Scrutiny Committee to call-in the decision is the
FOR DEMOCRATIC SERVICES USE ONLY
* This decision was published on 22 November 2023
* This decision will come in force at 4.00 p.m. on 30 November 2023 unless it is called-in in accordance with the Decision Making Process Rules.
Decision Maker: Procurement Board
Made at meeting: 22/11/2023 - Procurement Board
Decision published: 22/11/2023
Effective from: 01/12/2023
Decision:
Salford City Council – Record of Decision
I Councillor Youd, 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:
· approval to Award the Contract for the Minor Building Works Framework Agreements, as detailed in the table below:
Detail required |
Answers |
Title/Description of Contracted Service/Supply/Project |
Appointment of Contractors for the Minor Building Works Framework Agreements |
|
Successful Contractors – In Alphabetical Order |
Name of Successful Contractor |
City Build Manchester Ltd – Lot 2 only |
Supplier Registration Number (to be supplied by Corporate Procurement) |
03414425 |
Type of organisation (to be supplied by Corporate Procurement) |
Private Limited Company |
Status of Organisation (to be supplied by Corporate Procurement) |
SME |
Ethical Contractor (EC): Mayor’s Employment Charter |
|
EC: Committed to sign up to charter |
|
EC: Accredited Living Wage Employer |
|
|
|
Name of Successful Contractor |
Cunard Construction Ltd Lot 1 & 2 |
Supplier Registration Number (to be supplied by Corporate Procurement) |
09778718 |
Type of organisation (to be supplied by Corporate Procurement) |
Private Limited Company |
Status of Organisation (to be supplied by Corporate Procurement) |
SME |
Ethical Contractor (EC): Mayor’s Employment Charter |
|
EC: Committed to sign up to charter |
|
EC: Accredited Living Wage Employer |
|
|
|
Name of Successful Contractor |
G Jones Builders Limited – Lot 1 only |
Supplier Registration Number (to be supplied by Corporate Procurement) |
04928174 |
Type of organisation (to be supplied by Corporate Procurement) |
Private Limited Company |
Status of Organisation (to be supplied by Corporate Procurement) |
SME |
Ethical Contractor (EC): Mayor’s Employment Charter |
|
EC: Committed to sign up to charter |
|
EC: Accredited Living Wage Employer |
|
|
|
Name of Successful Contractor |
Manchester & Cheshire Construction – Lot 1 & 2 |
Supplier Registration Number (to be supplied by Corporate Procurement) |
1021959 |
Type of organisation (to be supplied by Corporate Procurement) |
Private Limited Company |
Status of Organisation (to be supplied by Corporate Procurement) |
SME |
Ethical Contractor (EC): Mayor’s Employment Charter |
|
EC: Committed to sign up to charter |
|
EC: Accredited Living Wage Employer |
|
|
|
Name of Successful Contractor |
Schofield & Sons Limited – Lot 1 & 2 |
Supplier Registration Number (to be supplied by Corporate Procurement) |
2459259 |
Type of organisation (to be supplied by Corporate Procurement) |
Private Limited Company |
Status of Organisation (to be supplied by Corporate Procurement) |
SME |
Ethical Contractor (EC): Mayor’s Employment Charter |
|
EC: Committed to sign up to charter |
|
EC: Accredited Living Wage Employer |
|
|
|
Name of Successful Contractor |
Wright Build Ltd – Lot 1 & 2 |
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 |
Ethical Contractor (EC): Mayor’s Employment Charter |
|
EC: Committed to sign up to charter |
|
EC: Accredited Living Wage Employer |
|
|
|
Contract Value |
Lot 1 £0 - £350,000 Lot 2 £350,000 - £750,000 |
Contract Duration |
24 months |
Contract Start Date |
01/12/2023 |
Contract End Date |
30/11/2025 |
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 786093 |
Lead Service Group |
Place |
How the contract was procured? (to be supplied by procurement) |
Open Procedure |
Framework Details (where applicable) (procurement body, framework reference & title, start/ end date |
N/A |
Funding Source |
Capital & Revenue Programmes |
The Reasons are: to enable the Council to procure building works on a competitive basis under a Minor Building Works Framework Agreement.
Options considered and rejected were: None – all procedures are in accordance with normal Standing Orders.
The source of funding is: N/A – no direct financial obligations.
Legal Advice obtained: T Hatton
The report sets out the details for appointing bidders to the Council’s Minor Works Framework Agreement Lots 1 and 2 which are due for renewal. There are two category values (£0 - £350,000 and £350,000 - £750,000) for which contractors require to be appointed.
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 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.
A total of thirteen tenders were received from framework suppliers across the two value lots which have been evaluated in accordance with the procurement procedures and selection criteria set out in the tender documents resulting in the proposed appointment to the frameworks of the contractors listed in the report under Lots 1 and 2.
The award procedures therefore appear robust and complaint with the requirements of public procurement legislation and the Council’s CSO’s.
Legal Services will assist with preparing any contractual documentation upon receipt of instructions to ensure the Council’s position and interests are protected.
Financial Advice obtained: Grace Rogerson – Senior Accountant – 03/11/23
The report sets out the details for appointing bidders to the Council’s Minor Works Framework Agreements which are due for renewal.
A framework agreement is an overarching agreement setting out terms and conditions for subsequent award of contract, but places no obligations on the Council to purchase any goods, services or works.
So 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 works
and ensure that best value is achieved in support of the innovate
programme.
The costs of any works carried out under the frameworks will be
funded from within available resources included within the Councils
approved capital and revenue programmes.
Procurement Advice obtained: Deborah Derbyshire x 6244
The opportunity was advertised in the FTS replacement for the European Journal, Contracts Finder and the Northwest Portal as an open competition inviting interested companies to submit a bid for one or both lots.
The proposal will allow us to provide clear guidance to Council Officers regarding any procurement of capital and revenue funded building projects via the two encompassing Minor Building Works Framework Agreements either by direct award for work below £75,000 for Lot 1 only for emergency/essential work and mini competitions for both lots around work valued above £75,000 to £750,000. This will ensure that the council is receiving best value for money in support of the innovate programme and that all such procurement activities are complaint, therefore this complies with Contractual Standing Orders and the Procurement Contract Regulations.
HR Advice obtained: N/A
Climate Change Implications obtained:
No significant Climate Change implications for the formation of the framework as this will be considered under each separate tender process. 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 2038.
The following documents have been used to assist the decision process.
· Report to Procurement Board dated 22nd November 2023
Contact Officer: Les Woolhouse
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 Committee
FOR DEMOCRATIC SERVICES USE ONLY
* This decision was published on 22 November 2023
* This decision will come in force at 4.00 p.m. on 30 November 2023 unless it is called-in in accordance with the Decision Making Process Rules.
Decision Maker: Procurement Board
Made at meeting: 22/11/2023 - Procurement Board
Decision published: 22/11/2023
Effective from: 01/12/2023
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 tender for the SBNI A666 South scheme to AE Yates, for the reason(s) highlighted in the table below:
Detail required |
Answers |
Title/Description of Contracted Service/Supply/Project |
Salford Bolton Network Improvements (SBNI) – A666 South |
Name of Successful Contractor |
AE Yates |
Supplier Registration Number (to be supplied by Corporate Procurement) |
00415632 |
Type of organisation (to be supplied by Corporate Procurement) |
Private Limited Company |
Status of Organisation (to be supplied by Corporate Procurement) |
SME |
Contract Value (£) |
£ 1,193,102 |
Contract Duration |
5 months |
Contract Start Date |
26/02/2024 |
Contract End Date |
02/08/2024 |
Optional Extension Period 1 |
months |
Optional Extension Period 2 |
months |
Who will approve each Extension Period? |
Choose an item. |
Contact Officer (Name & number) |
|
Lead Service Group |
Place |
How the contract was procured? (to be supplied by procurement) |
Mini Competition |
Framework Details (where applicable) (procurement body, framework reference & title, start/ end date |
STAR Framework |
Funding Source |
Grant |
Ethical Contractor (EC): Mayor’s Employment Charter |
|
EC: Committed to sign Charter |
|
EC: Accredited Living Wage Employer |
Options considered and rejected were: not to award the contract.
The source of funding is: Greater Manchester Combined Authority.
Legal Advice obtained: Tony Hatton.
Financial Advice obtained: Hollie Faulkner.
Procurement Advice obtained: Heather Stanton.
HR Advice obtained: N/A
Climate Change Implications obtained: Mike Hemingway/ Opu Anwar
The following documents have been used to assist the decision process:
· Report to the City Mayor’s Regeneration Briefing – 13July 2015
· Urban Vision – Regeneration Panel Presentation – July 2016
· Report to Lead Member for Planning & Sustainable Development – 9th May 2017
· Report to Lead Member for Planning & Sustainable Development – 18th June 2019
· Report to Lead Member for Planning & Sustainable Development – 19th Sep 2019
· Report to Procurement Board – 27th November 2019
· Report to Procurement Board – 9th December 2020
· Report to Procurement Board – 23rd November 2022
· Report to Procurement Board – 25th October 2023
Contact: opu.anwar@salford.gov.uk
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 Committee.
FOR DEMOCRATIC SERVICES USE ONLY
* This decision was published on 22 November 2023
* This decision will come in force at 4.00 p.m. on 30 November 2023 unless it is called-in in accordance with the Decision Making Process Rules.
Decision Maker: Procurement Board
Made at meeting: 22/11/2023 - Procurement Board
Decision published: 22/11/2023
Effective from: 01/12/2023
Decision:
Salford City Council – Record of Decision
I Councillor Youd, 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 Key Cities Policy and Media Support Services, as detailed in the table below:
Detail required |
Answers |
Title/Description of Contracted Service/Supply/Project |
Key Cities Policy and Media Support Services |
Name of Successful Contractor |
ING Media |
Supplier Registration Number (to be supplied by Corporate Procurement) |
3800985 |
Type of organisation (to be supplied by Corporate Procurement) |
Private Limited Company |
Status of Organisation (to be supplied by Corporate Procurement) |
SME |
Contract Value (£) |
£ 100,000 per annum estimated average |
Contract Duration |
36 months |
Contract Start Date |
01/01/2024 |
Contract End Date |
31/12/2026 |
Optional Extension Period 1 |
6 months |
Optional Extension Period 2 |
N/A |
Who will approve each Extension Period? |
Strategic Director (extension < £150k) |
Contact Officer (Name & number) |
Jacquie Russell |
Lead Service Group |
Service Reform & Development |
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 |
Combination of Above (please detail below) |
|
Funded by all Key Cities members. |
Ethical Contractor (EC): Mayor’s Employment Charter |
|
EC: Committed to sign up to charter |
|
EC: Accredited Living Wage Employer |
Salford City Council is a member of Key Cities and serves as the network’s secretariat. As a result, the council acts as the lead authority for Key Cities business including the commissioning of services on its behalf.
The network is supported by external media and policy support services to increase awareness and influence of Key Cities and its activity. The current contract for these services expires on 31 December 2023. The Key Cities Executive (Cabinet) has agreed to recommission these services to ensure capacity is in place to enable Key Cities to continue to function.
Options considered and rejected were: Not to award a contract.
The current policy and media support services contract expires on 31 December 2023. Therefore, if a new contract is not in place by 1 January 2024, there could be a reputational risk for Key Cities in terms of not being able to respond effectively to future media opportunities or national policy announcements. This will negatively impact on the work of the network.
From subscriptions from the Key Cities membership. No financial draw on the council.
Legal Advice obtained: The Shared Legal Service
The Council has recently tested the market and sought bids from organisations to deliver the Key Cities Policy and Media Support Services as described in the body of the report. In compliance with the Public Contract Regulations 2015 (PCR) and its own Contractual Standing Orders (CSO’s), Financial Regulations and the duties of Best and Social value, the Council undertook an open tender process as set out in the report, which appears robust and compliant with the requirements of CSO’s and PCR.
The appointment of ING Media for delivery of the Key Cities Policy and Media Support Services contract follows an open tender process which is outlined within the body of the report, with bidders being evaluated on the most economically advantageous tender, resulting in the proposed award of the contract to ING Media.
Having undertaken the open tender exercise process set out in the report, the Council and other member authorities of the Key Cities network may take some comfort that value for money has been obtained and periodically tested, with open competition maintained.
Financial Advice obtained:Leanne Wrigley
There will be no financial implications to Salford City Council.
Funding will be covered by the Key Cities budget. This is a tender (and contract) that Salford will manage as lead authority and secretariat for the Key Cities Group (a national network of 28 mid-size cities and towns. This contract, and Salford’s support costs subject to an SLA, will be met by membership fees, and in that respect an annual budget of £270,000 will be transferred to Salford. Confirmation has been provided that the 28 member contributions will provide the funding required for this.
Procurement Advice obtained: Emma Heyes, Category Manager, Corporate Procurement Team
This contract opportunity was openly advertised on the Chest, Contracts Finder, and Find a Tender service. 33 expressions of interest were received, and 4 bids were returned by the closing date. Two bids were excluded due to not achieving the minimum score on questions contained within the Award Stage questionnaire.
The recommended award is made to the company that achieved the highest score on a combination of quality, cost, and social value aspects, and therefore submitted the most economically advantageous bid.
The procurement process complies with the requirements of SCC Contractual Standing Orders and Public Procurement Regulations.
HR Advice obtained: N/A
Climate Change Implications obtained: N/A
Contact Officer: Jonathan Stancombe
Telephone number: 0161 926 1089
This matter is not subject to consideration by another Lead Member.
FOR DEMOCRATIC SERVICES USE ONLY
* This decision was published on 22 November 2023
* This decision will come in force at 4.00 p.m. on 30 November 2023 unless it is called-in in accordance with the Decision Making Process Rules.
Decision Maker: Cabinet
Made at meeting: 14/11/2023 - Cabinet
Decision published: 17/11/2023
Effective from: 25/11/2023
Decision:
Salford City Council - Record of Decision (Cabinet)
I, Tracy Kelly, Statutory Deputy City Mayor, in consultation with the Cabinet and in exercise of the powers contained within the City Council Constitution do hereby approve:
The Part 2 report provides a clear strategy and sets parameters for taking forward these next steps.
Options considered and rejected were:
N/A
Medium
The source of funding is: Housing Revenue Account
Legal Advice obtained: The Council has taken advice on next steps from external solicitors and leading counsel. The legal implications are contained within the body of the report.
Financial Advice obtained: There are a number of significant variables at this stage as highlighted within the report, with associated risk levels.
Procurement Advice obtained: N/A
HR Advice obtained: N/A
Climate Change Advice obtained: N/A
The following documents have been used to assist
the decision process: N/A
Contact Officer: Jane Barlow Service Manager Contracts
Telephone number: Jane Barlow 0161 793 2372
(Please delete from the list below any which are not relevant).
· This document records a key decision which was included in the Council’s Forward Plan
· The appropriate scrutiny to call-in the decision is the Growth and Prosperity Scrutiny Panel
Signed: Councillor Tracy Kelly
Statutory Deputy City Mayor
Dated: 17.11.23
For Democratic Services use only
This decision was published on 17.11.23
This decision will come in force at 4.00 p.m. on 24.11.23 unless it is called-in in accordance with the Decision Making Process Rules.
Decision Maker: Property / Regeneration Briefing
Made at meeting: 13/11/2023 - Property / Regeneration Briefing
Decision published: 13/11/2023
Effective from: 21/11/2023
Decision:
Salford City Council - Record of Decision
TITLE: PROPOSED ADVERTISING SITE- A6 BROAD STREET, PENDLETON ROUNDABOUT
I, Councillor Tracy Kelly, Deputy City Mayor, in exercise of the powers contained within the City Council’s constitution do hereby:
1. Approve a revised rental offer from Wildstone Estates Ltd for the proposed advert structure oversailing the A6 Broad Street, by Pendleton roundabout.
2. Approve the legal agreement to be suitably amended and put in place to reflect the new rent .
The reasons are that, approval was previously given on 23rd October 2020 to develop a digital 96 sheet billboard oversailing the A6 on Broad Street at Pendleton Roundabout.
A license agreement was put in place on 21st December 2021 to develop the digital display on the bridge parapet on Pendleton bridge, however following the advice from the Council’s structural engineering team a new design solution has had to be developed which now provides for a separate gantry to be built over the A6 to support the advertising unit. This new gantry structure will be situated 4m away from the bridge parapet, oversailing the A6 Broad Street at Pendleton Roundabout.
The new gantry will incur an additional cost which will be met by the developer, however, to support the additional CAPEX, Wildstone have asked for a reduction in rent.
Options considered and rejected were not to proceed with the proposals.
Assessment of Risk: Low, all development costs will be met by the advert developer, there will be no liability on the Council.
The source of funding: N/A
Legal Advice obtained: Tony Hatton, Shared Legal Service
Financial Advice obtained: Adam Mozley, Graduate Trainee Accountant
Procurement Advice obtained: Christine Flisk: Procurement Manager
HR Advice obtained: n/a
Climate Change Advice obtained: Jonathan Till, Project Manager
The following documents have been used to assist the decision process:
Report submitted to Property/Regen Briefing on 13 November 2023
Jonathan Till, Project Manager
This decision is not subject to consideration by another Lead Member/ Director |
The appropriate Scrutiny Panel to call-in the decision is the Growth and Prosperity Scrutiny Panel. |
* This decision was published on Monday 13 November 2023.
* This decision will come in force at 4.00 pm Monday 20 November 2023, unless it is called-in in accordance with the Decision Making Process Rules.
Decision Maker: Lead Member for Planning and Sustainable Development
Made at meeting: 08/11/2023 - Lead Member for Planning and Sustainable Development
Decision published: 10/11/2023
Effective from: 18/11/2023
Decision:
Salford City Council - Record of Decision
I, Councillor Mike McCusker, Lead Member for Planning, Transport and Sustainable Development, in exercise of the powers contained within the Council Constitution, do hereby:
Authorise the permanent making of the Traffic Regulation Order below, in the modified form, as set out in the report:
City Of Salford (Greenleach Lane, Lumber Lane and Roe Green Area, Salford) 2022
The reasons are: That the necessary action be taken under the Road Traffic Regulation Act 1984 to advertise the intention to make the Traffic Order to introduce City of Salford (Greenleach Lane, Lumber Lane and Roe Green Area, Salford) 2022 as a permanent Traffic Order. Implementation of this order will promote a safer environment for all highway users when entering and exiting side road junctions, as well as allow pedestrians to see and be seen when crossing the road.
Options considered and rejected were: Officers considered a more onerous parking scheme which was originally advertised. This included restrictions along Summerfield Road and at the junction of Glen Avenue and Mulgrave Road, as well as longer lengths on Greenleach Lane. Due to the representations raised by the local community this original proposal has been revised to lessen the impact on local residents and businesses whilst still retaining meaningful improvements in road safety where deemed necessary.
Assessment of risk: Low
The scheme has been designed in accordance with the Traffic Signs Manual and Traffic Sign Regulations and General Directions 2016. The scheme will contribute to improving the safety of all highway users.
The source of funding: The scheme has been funded by the Worsley & Boothstown Highways Devolved Budget.
Legal advice obtained: The Council, by virtue of the Road Traffic Regulation Act 1984 can introduce orders to manage traffic. Where Traffic Regulation Orders are required, they should not give rise to any particular legal implications provided the works and procedures are carried out in accordance with the relevant statutory requirements, which would include the consideration of any objections to a proposed Traffic Regulation Order.
Financial advice obtained: The scheme is being funded by the Worsley & Boothstown Highways Devolved Capital Budget. Making the scheme permanent in the modified form as recommended will incur no further financial costs as there would be a reduction in the scope of work required compared to the original proposal.
Procurement advice obtained: There are no procurement implications contained within this report.
HR implications: N/A
Climate Change implications: N/A
The following documents have been used to assist the decision process:
Proposal Plan and Lead Member Report.
Contact Officer: Michael Kilby Tel. 07808016343 Email: michael.kilby@salford.gov.uk
This decision is not subject to consideration by another Lead Member.
The appropriate scrutiny panel to call-in the decision is the Growth & Prosperity Scrutiny Panel.
Signed: Councillor McCusker Dated: 8th November 2023
Lead Member for Planning, Transport & Sustainable Development
This decision was published on 10th November 2023.
This decision will come into force at 4.00pm on 17th November 2023, unless it is called-in in accordance with the decision-making process rules.
Decision Maker: Lead Member for Planning and Sustainable Development
Made at meeting: 08/11/2023 - Lead Member for Planning and Sustainable Development
Decision published: 10/11/2023
Effective from: 18/11/2023
Decision:
Salford City Council - Record of Decision
I, Councillor Mike McCusker, Lead Member for Planning, Transport and Sustainable Development, in exercise of the powers contained within the Council Constitution, do hereby:
Authorise the permanent making of the Traffic Regulation Order below in the form given in the Notice of Proposals and as set out in the Report:
City of Salford (Jubilee Street, Highfield Road and Field Street) No Waiting At Any Time Traffic Regulation Order 2023
The reasons are:
That the necessary action be taken under the Road Traffic Regulation Act 1984 to advertise the intention to make the Traffic Order to introduce City of Salford (Jubilee Street Area) (Prohibition of Waiting) Order 2023 as a permanent Traffic Order. Implementation of the Traffic Order would allow enforcement of waiting restrictions to take place, improving access, road safety and visibility at the junctions.
Options considered and rejected were:
Officers suggest to process the scheme as originally advertised.
Assessment of Risk:
The restrictions will be signed in accordance with the Traffic Signs Manual and Traffic Sign Regulations and General Directions (TSRGD 2016).
The source of funding: Claremont & Weaste Highways Devolved Capital Funding 2022/23.
Legal advice obtained:
The Council, by virtue of the Road Traffic Regulation Act 1984, can introduce orders to manage traffic. Where Traffic Regulation Orders are required, they should not give rise to any particular legal implications, provided the works and procedures are carried out in accordance with the relevant statutory requirements, which would include the consideration of any objections to a proposed TRO.
Financial advice obtained: The scheme is being funded by the Claremont & Weaste Highways Task Group.
Procurement advice obtained: There are no procurement implications contained within this report.
HR implications: N/A
Climate Change implications: N/A
The following documents have been used to assist the decision process:
Proposal Plan and Lead Member Report.
Contact Officer: Amy Mitchell Email: amy.mitchell@salford.gov.uk
This decision is not subject to consideration by another Lead Member.
The appropriate scrutiny panel to call-in the decision is the Growth & Prosperity Scrutiny Panel.
Signed: Councillor McCusker Dated: 8th November 2023
Lead Member for Planning, Transport & Sustainable Development
This decision was published on 10th November 2023.
This decision will come into force at 4.00pm on 17th November 2023, unless it is called-in in accordance with the decision-making process rules.
Decision Maker: Lead Member for Planning and Sustainable Development
Made at meeting: 08/11/2023 - Lead Member for Planning and Sustainable Development
Decision published: 10/11/2023
Effective from: 18/11/2023
Decision:
Salford City Council - Record of Decision
I, Councillor Mike McCusker, Lead Member for Planning, Transport and Sustainable Development, in exercise of the powers contained within the Council Constitution, do hereby:
Authorise the permanent making of the Traffic Regulation Order below in the form given in the Notice of Proposals and as set out in the report:
City of Salford (Shipley Avenue Area) (Prohibition of Waiting) Order 2023
The reasons are:
That the necessary action be taken under the Road Traffic Regulation Act 1984 to advertise the intention to make the Traffic Order to introduce City of Salford (Shipley Avenue Area) (Prohibition of Waiting) Order 2023 as a permanent Traffic Order. Implementation of the Traffic Order would allow enforcement of waiting restrictions to take place, improving access, road safety and traffic flow in this residential area.
Options considered and rejected were:
Officers suggest to process the scheme as originally advertised.
Assessment of risk:
The restrictions will be signed in accordance with the Traffic Signs Manual and Traffic Sign Regulations and General Directions (TSRGD 2016).
The source of funding: Claremont & Weaste Highways Devolved budget 2021/22 carried forward.
Legal advice obtained:
The Council, by virtue of the Road Traffic Regulation Act 1984 can introduce orders to manage traffic. Where Traffic Regulation Orders are required, they should not give rise to any particular legal implications provided the works and procedures are carried out in accordance with the relevant statutory requirements, which would include the consideration of any objections to a proposed TRO.
Financial advice obtained:
The scheme is being funded by the Claremont & Weaste Highways Devolved budget 2021/22 carried forward.
Procurement advice obtained: There are no procurement implications contained within this report.
HR implications: N/A
Climate Change implications: N/A
The following documents have been used to assist the decision process:
Proposal Plan and Lead Member Report.
Contact Officer: Amy Mitchell Email: amy.mitchell@salford.gov.uk
This decision is not subject to consideration by another Lead Member.
The appropriate scrutiny panel to call-in the decision is the Growth & Prosperity Scrutiny Panel.
Signed: Councillor McCusker Dated: 8th November 2023
Lead Member for Planning, Transport & Sustainable Development
This decision was published on 10th November 2023.
This decision will come into force at 4.00pm on 17th November 2023, unless it is called-in in accordance with the decision-making process rules.
Decision Maker: Procurement Board
Made at meeting: 08/11/2023 - Procurement Board
Decision published: 09/11/2023
Effective from: 17/11/2023
Decision:
Salford City Council – Record of Decision
I Councillor Youd, 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 tender and award of various Pre-Planning Contracts for Self-Delivery of Housing at Edward Avenue, Hilton Drive, Tully St South and Bridgewater St., as detailed in the table below:
Detail required |
Answers |
Title/Description of Contracted Service/Supply/Project |
Various as per schedule |
Name of Successful Contractor |
Various – to be confirmed |
Supplier Registration Number (to be supplied by Corporate Procurement) |
|
Type of organisation (to be supplied by Corporate Procurement) |
Choose an item. |
Status of Organisation (to be supplied by Corporate Procurement) |
Choose an item. |
Contract Value (£) |
£ Various contracts up to total value of £250,000 |
Contract Duration |
months |
Contract Start Date |
Click here to enter a date. |
Contract End Date |
Click here to enter a date. |
Optional Extension Period 1 |
months |
Optional Extension Period 2 |
months |
Who will approve each Extension Period? |
Strategic Director (extension < £150k) |
Contact Officer (Name & number) |
Joe Costello 07976 414920 |
Lead Service Group |
Place |
How the contract was procured? (to be supplied by procurement) |
by obtaining up to 3 quotes directly from contractors/by Bloom tender |
Framework Details (where applicable) (procurement body, framework reference & title, start/ end date |
|
Funding Source |
Capital Programme |
Ethical Contractor (EC): Mayor’s Employment Charter |
|
EC: Committed to sign Charter |
|
EC: Accredited Living Wage Employer |
Options considered and rejected were:
The schemes’ development costs are to be met by the Council’s own funding, through approved general unsupported borrowing, within the Pipeline Development capital programme for future delivery of housing schemes, expenditure code: A10122.
Financial Advice obtained: Yes.
Procurement Advice obtained: Yes.
HR Advice obtained: No.
Climate Change Implications obtained: No.
Telephone number: 07976 414920
This matter is not subject to consideration by another Lead Member.
FOR DEMOCRATIC SERVICES USE ONLY
* This decision was published on 9 November 2023
* This decision will come in force at 4.00 p.m. on 16 November 2023 unless it is called-in in accordance with the Decision Making Process Rules.
Decision Maker: Procurement Board
Made at meeting: 08/11/2023 - Procurement Board
Decision published: 09/11/2023
Effective from: 17/11/2023
Decision:
Salford City Council – Record of Decision
I Councillor Youd, 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 forReplacement of Basement Boiler Plant at Clarendon Leisure Centre, as detailed in the table below:
Detail required |
Answers |
Title/Description of Contracted Service/Supply/Project |
Boiler Replacement 2023 at Clarendon Leisure Centre |
Name of Successful Contractor |
Seddon Construction Limited |
Supplier Registration Number (to be supplied by Corporate Procurement) |
03578140 |
Type of organisation (to be supplied by Corporate Procurement) |
Private Limited Company |
Status of Organisation (to be supplied by Corporate Procurement) |
SME |
Contract Value (£) |
£252,777.70 (full project costs £290,000) |
Contract Duration |
5 weeks |
Contract Start Date |
20/11/2023 |
Contract End Date |
22/12/2023 |
Optional Extension Period 1 |
months |
Optional Extension Period 2 |
months |
Who will approve each Extension Period? |
Choose an item. |
Contact Officer (Name & number) |
Gary Bendle 07970 543761 |
Lead Service Group |
Place |
How the contract was procured? (to be supplied by procurement) |
Mini- competition |
Framework Details (where applicable) (procurement body, framework reference & title, start/ end date |
Consortium Procurement DPC – HVAC+R, Drainage and Plumbing Services DPS, Category 13 |
Funding Source |
Capital Programme |
Ethical Contractor (EC): Mayor’s Employment Charter |
|
EC: Committed to sign Charter |
|
EC: Accredited Living Wage Employer |
The Reasons are: To replace the two boilers at Clarendon Leisure Centre that are over twenty years old. These boilers have needed some running and costly repairs over the last two years and need replacing in case they fail completely.
Options considered and rejected were: None. All procedures are in accordance with normal contractual standing orders.
Failure to undertake the works could risk the closure of the leisure centre should the boilers fail completely. The works will enable continued use of the facility with modern boiler equipment.
The Source of Funding is: SCC Leisure capital programme 2023-24 (approved general unsupported borrowing).
Legal Advice obtained: Supplied by: Tony Hatton 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 Consortium Procurement DPC – HVAC+R, Drainage and Plumbing Services DPS, Category 13.
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. Three 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 Seddon Construction Limited. The procurement procedures therefore appear robust and compliant with the requirements of the Council’s CSO’s and PCR.
Financial Advice obtained: Submitted by: Alison Woods, Commercial Finance Manager
Date: 16th October 2023
The cost of the aforementioned boiler replacement works will be met from approved unsupported borrowing in the SCC Leisure capital programme for 2023-24. The works are programmed to be delivered in the 2023-24 financial year and there is a provision of £290,000 to fund:
· Tender costs of £252,777.70
· Additional costs - surveys, professional fees of £37,222.30
The financial implications of the proposed contract expenditure have been given full consideration in respect of Innovate third party spend. Capital expenditure code: E05379.
Procurement Advice obtained: Supplied by: Heather Stanton, Category Manager ext 6241
The project has been competitively tendered by means of a mini competition under the Consortium Procurement DPC – HVAC+R, Drainage and Plumbing Services DPS, Category 13, which complies with the Councils Contractual Standing Orders and the Procurement Contract Regulations.
The bid was evaluated in line with the conditions of the Framework.
As part of the Council’s Innovate Programme enhanced contract management and KPI’s will form part of 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 2038.
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 8th October 2023
Telephone number: 07970 543761
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.
FOR DEMOCRATIC SERVICES USE ONLY
* This decision was published on 9 November 2023
* This decision will come in force at 4.00 p.m. on 16 November 2023 unless it is called-in in accordance with the Decision Making Process Rules.