Use the below search options at the bottom of the page to find information regarding recent decisions that have been taken by the council’s decision making bodies.
Decision Maker: Deputy Executive Leader (Children and Families)
Decision published: 04/01/2019
Effective from: 04/01/2019
Decision:
PROCUREMENT STANDING ORDERS WAIVER DECISION NOTICE ([NUMBER ALLOCATED BY LEGAL SERVICES]) SERVICE AREA: |
Operations and Neighbourhoods |
SUBJECT MATTER: |
ASHTON TOWN HALL SCAFFOLD AND SHROUD CONTRACT |
VALUE OF CONTRACT: |
The contract value is £58,743. |
DECISION: |
That approval is given under Procurement Standing Order D3.3 to award the above contract to Heywood Scaffolding Services where fewer than three quotations were received. |
DECISION TAKER(S): |
Sandra Stewart – Director of Governance and Pensions (Borough Solicitor) Kathy Roe – Director of Finance Councillor Bill Fairfoull – Executive Member for Finance and Performance |
DATE OF DECISION: (To be inserted by Borough Solicitor once signed by all authorising persons) |
21 December 2018 |
REASON FOR DECISION: |
The Report of the Director of Operations and Neighbourhoods seeks authority under Procurement Standing Order D3.3 to award a contract where fewer than three quotations have been received. |
ALTERNATIVE OPTIONS REJECTED (if any): |
Re-tender the contract. |
REASONS FOR BOROUGH TREASURER’S DECISION |
On 28 June 2017 Executive Cabinet approved a £0.350m project development sum for the re-use of Ashton Town Hall. To date expenditure of £0.275m has been incurred which has resulted in a project underspend of £0.075m. There is funding available of £0.075m to finance the Ashton Town Hall Scaffold and Shroud contract of £0.059m. This would leave a balance of £0.16m available funding. It is anticipated that there will be an estimated £0.010m costs incurred when the hoardings surroundings Ashton Town Hall and the new Shared Services Centre are taken down. These costs could also be funded from the approved project development budget for the re-use of Ashton Town Hall. |
REASONS FOR BOROUGH SOLICITOR’S DECISION |
Under paragraphs D.3.2 and D.3.2 of the Council’s Procurement Standing Orders a report has to be written with a full justification (as attached) with details of the evaluation where less than 3 tenders have been received, for approval by the Director of Governance and Pensions and the Director Finance who have to consult the Deputy Executive Leader and the relevant Executive Member responsible for the service/project. I am very unclear why this hasn’t gone through the LEP our procurement partner for such issues but given |
Decision Maker: Deputy Executive Leader (Children and Families)
Decision published: 04/01/2019
Effective from: 04/01/2019
Decision:
PROCUREMENT STANDING ORDERS WAIVER DECISION NOTICE SERVICE AREA: |
Adults Services & Operations and Neighbourhoods |
SUBJECT MATTER: |
CONTRACT FOR DOMESTIC ABUSE SERVICE |
VALUE OF CONTRACT:
|
The total contract value over 5 years is: £2,694,090 1 April 2019 – 31 March 2024 Y1 £626,818 Y2 £546,818 Y3 £506,818 Y4 £506,818 Y5 £506,818 |
DECISION: |
That approval is given under Procurement Standing Order D3.3 to award the above contract to New Charter Homes Ltd (part of the Jigsaw Group) where fewer than three quotations being received.. |
DECISION TAKER(S): |
Sandra Stewart – Director of Governance and Pensions (Borough Solicitor) Kathy Roe – Director of Finance Councillor Bill Fairfoull – Executive Member for Finance and Performance Councillor Allison Gwynne – Executive Member for Neighbourhood Services |
DATE OF DECISION: (To be inserted by Borough Solicitor once signed by all authorising persons) |
21 December 2018 |
REASON FOR DECISION: |
The Report of the Director of Operations and Neighbourhoods seeks authority under Procurement Standing Order C5.3 to award the contract following the tender exercise for the continuation of a Domestic Abuse Service which has been completed. 2 (two) tenders were received and the results are within the enclosed document. |
ALTERNATIVE OPTIONS REJECTED (if any): |
Cease tender exercise at evaluation stage and not award. This would allow the existing contract to end at the end of March 2019. This is not an acceptable option as the Domestic Abuse Service provides essential support services to help reduce and respond to domestic abuse within the borough and would result in no domestic abuse provision in Tameside. This service includes the provision of IDVAs (Independent Domestic Violence Advocates) which are a statutory function performed by Tameside MBC, a women’s refuge, dispersed provision and recovery programmes for victims and their children. |
REASONS FOR BOROUGH TREASURER’S DECISION |
The cost of this contract is to be split across Operations & Neighbourhoods, Population Health and Children’s Services with sufficient budget provision in each area for the duration of the contract. |
REASONS FOR BOROUGH SOLICITOR’S DECISION |
Under paragraph D.3.2 and D.3.3 of the Council’s Procurement Standing Orders a report has to be written with a full justification (as attached) with details of the evaluation where less than 3 tenders have been received. for approval by the Director of Governance and Pensions and the Director Finance who have to consult the Deputy Executive Leader and the relevant Executive Member. A review needs to be undertaken as to why there were less than 3 bidders and whether this is of concern for future procurement processes and if we know this is a small market how we can best ensure and demonstrate getting value for money. |
CONFLICT OF INTEREST: |
None
|
REFERENCE DOCUMENTS: |
Report of Emma Varnam, Assistant Director, signed on 14 December 2018.
Telephone: 0161 342 3337 E-mail: emma.varnam@tameside.gov.uk
2. Procurement file obtainable from Francine Cooper, Planning & Commissioning Officer, in the Adults Directorate. |