Decision details

Procurement Strategy: Renewal of Electrical Rising and Lateral Mains to Multiple Blocks

Decision Maker: Strategic Director of the Economy Department

Decision status: Recommendations Approved

Is Key decision?: Yes

Is subject to call in?: Yes

Purpose:

Approval of the Procurement Strategy for the appointment of a contractor to renew obsolescent electrical lateral mains to multiple housing blocks.

Decision:

 

1.    Appendix 2 is not for publication on the basis that it contains information relating to the financial or business affairs of any particular person (including the authority holding that information) as set out in paragraph 3 of Schedule 12A of the Local Government Act 1972 (as amended).

 

  1. To approve the Procurement Strategy as detailed in Appendix 1.

 

Reasons for the decision:

A technical need to renew obsolescent landlord electrical distribution infrastructure to 1-25 Abbey Court within the Emlyn Gardens Estate, 1-30 Clifford House within the Lytton Estate, and 1-68 Linacre Court has been identified.

 

Approval is sought to invite tenders to undertake identified renewal works to these three blocks, allowing works to commence in the Spring 2021.

Alternative options considered:

·         Option 1 - Do nothing

This would not be appropriate as it would increase the risk of future health and safety hazards derived from an increasingly obsolescent landlord lighting infrastructure and would result in higher long-term (whole-life asset) costs.

·         Option 2- Call off from a Framework agreement

Officers investigated potentially suitable frameworks with lots covering electrical services, including Fusion 21 and the South-East Consortium (SEC).

Due diligence indicated, however that many of the framework companies included in their general electrical services lots did not possess specialist experience of renewing landlord electrical distribution infrastructure systems.

It was concluded therefore that a framework mini competition would fail to offer best service and value.

·         Option 3 – Restricted procedure

Limiting the procurement to four or five pre-selected and identified specialist companies would offer the advantage of focus and a streamlined procurement process. However, given that the procurement is time sensitive, a one-staged tender (with the use of a minimum standards questionnaire) was considered to be more appropriate than a two-stage tender.

·         Option 4– Single-stage (open) tender

It was therefore concluded that an advertised tender opportunity in accordance with CSO 19.1 (Table 3) for a high value contract is the most appropriate route, noting that the works value is below the OJEU Works Threshold.

 

Publication date: 11/01/2021

Date of decision: 10/01/2021

Effective from: 14/01/2021

Accompanying Documents: