Agenda item

Minutes:

            The Committee:

 

·         approved the public advertisement of tenders as per Standing Order 37a detailed in Table 1 below: and

·         approved the award of Single Tender Actions in line with Standing Order 55 exceptions as detailed in Table 2 below:

 

Table 1: Competitive Tenders

Title of Tender

Proposed Contract Duration

Est. Max Contract Value

SRO

Short description of goods / services

Microsoft Enterprise Subscription Agreement (ESA)

Up to 3 years

£2,200,000

P Gribben

To support current technology and hardware used throughout the Council.

Provision of Fuels from CCS RM6177 – National Fuels 2 Framework Agreement for Gas Oil, Diesel, Kerosene, Gas Oil class D

Up to 2 years

£3,000,000

D Sales

The fuels are used throughout the Council sites to ensure the operation of vehicles and the heating of buildings

Roller shutter repairs/ maintenance

Up to 4 years

£130,000

S Grimes

To support maintenance teams in maintaining roller shutter doors throughout Council estate.

Glazing repairs/ maintenance

Up to 4 years

£60,000

S Grimes

To support maintenance teams in repairing windows throughout Council estate.

Occupational health services

2 + 1 year extension

£380,000

C Sheridan

Provision of occupational health services for staff

Building maintenance

Up to 4 years

£800,000

S Grimes

To support maintenance teams in maintaining wide range of buildings and assets throughout Council estate.

High level lighting repairs/maintenance

4 years

£600,000

S Grimes

To support maintenance teams in maintaining high level lighting at buildings, car parks, pitches and other assets throughout Council estate.

Air conditioning systems repairs/maintenance

4 years

£400,000

S Grimes

To support maintenance teams in maintaining air conditioning systems at buildings throughout Council estate.

Provision of temporary agency workers (for specialist roles)

2 years

£2,000,000

John Tully

Framework to support the current contract with Matrix SCM for circumstances where Matrix SCM Ltd cannot provide a suitable candidate for a required role. This tends to be for specialist/niche roles.

Call off contracts will be awarded via the Crown Commercial Services framework RM6277 using direct award to local suppliers who have availability at the time.

This will ensure this spend is regularised using a compliant procurement route with this spend historically been awarded under STAs.

 


 

 

Table 2: Single Tender Actions

Title

Duration

Est. Max Contract Value

SRO

Description

Supplier

STA Reason Code

Premier account and application support for Microsoft products

Up to 3 years

£210,000

S McNicholl

Microsoft support for all of the Council Microsoft products. Microsoft are the only supplier to offer the level of support the Council requires.

Microsoft

3

 

STA/ Direct Award Reasons

Reason Code

Reasons in line with Public Contact Regulations

1

No response following advertised procurement exercise

2

Creation or acquisition of a unique work of art or artistic performance

3

Competition is absent for technical reasons (no reasonable substitute exists)

4

The protection of exclusive rights, including intellectual property rights

5

Extreme urgency brought about by events unforeseeable by BCC, the time limits for a procurement cannot be complied with.

6

Products manufactured purely for the purpose of research, experimentation, study or development

7

Additional deliveries which are intended either as a partial or extended replacement of supplies or installations where a change of supplier would result in supplies of different technical characteristics causing incompatibility or disproportionate technical difficulties in operation and maintenance

8

Supplies quoted and purchased on a commodity market

9

Supplies or services on particularly time-limited advantageous terms e.g. supplier winding up its business activities

10

New works and services consisting of the repetition of similar works or services, provided that the possibility of a direct award is disclosed during the original tender process

11

Other – Reason not in line with Public Contract Regulations (PCR 2015)

 

 

Supporting documents: