|
Return
to Agenda
ITEM EX12
EXECUTIVE – 7 JANUARY 2003
EXTENSION OF WORKS CONTRACTS TO
INCLUDE FURTHER WORK
Report by Acting Chief Education
Officer and Director of Environmental Services
Introduction
- Three detailed project appraisals are appended
in respect of schemes for which exemption is requested under Rule 3.2
of the Contract Procedure Rules set out in the Constitution, to enable
contracts to be let without being subject to the full tendering process.
DETAILED PROJECT APPRAISAL APPRAISAL
NO. ED578/1 -
Henry Box School, Witney – Demolition of HORSA Building and Provision
of 6 Classroom Teaching Block and Internal Remodelling
OUTLINE
AND DETAILED PROJECT APPRAISAL APPRAISAL NO. ED 589 -
Marlborough School, Woodstock – New 5-classroom maths block
REVISED DETAILED PROJECT APPRAISAL
APPRAISAL NO. 573/3 -
The Warriner School, Bloxham – New 6 Classroom Block
Although the Council normally relies on competitive rates obtained via
an open tendering process, there are sound reasons for recommending
exemption for these three schemes. These are set out in more detail
below, but in summary are, the opportunities for cost savings in each
case as contracts have been negotiated on the basis of previously tendered
rates; the operational advantages of the same contractors continuing
to work on the same sites; and the opportunity to develop partnership
arrangements with contractors who have performed well on previous County
Council projects.
Proposed Exemption from Contract
Procedure Rules
- The work in hand at the three sites is described
in the appended project appraisals. To enable this work to be carried
out within the programmed timescale and minimise the level of disruption
to the school in each case, it is proposed that the contract should
be let on the basis of a negotiated contract using the contractor currently
on site. The three contractors are Walkplace Ltd. (Henry Box); Kingerlee
Ltd. (Marlborough) and George and Harding Ltd. (Warriner). These negotiations
have been approached on the basis that the works would be carried out
at the current tendered rates uplifted for inflation as described below.
Proceeding otherwise than by a negotiated tender would mean that the
three projects would not be completed by the respective deadlines for
completion of the project. This would cause severe accommodation problems
the schools, which would be unable to relocate pupils displaced by the
delayed construction work to other accommodation for the duration of
the project. This would result in temporary accommodation having to
be brought on to site for the duration of the project, which would increase
costs.
- In contrast, proceeding with a negotiated
tender would have the following advantages:
- Any price risk and uncertainty would be
removed by applying the contractors’ existing tender rates (which
were competitively tendered) with an "open book agreement" for any
increases together with an overall percentage cap of inflation noted
by Building Cost Information Service of the Royal Institution of Chartered
Surveyors. This would ensure that the schemes were more accurately
cost planned to the budget.
- The projects could be accelerated i.e.
an earlier completion would reduce price inflation. If the project
were competitively tendered completion would be 3-4 months later.
- The proposed works are in close proximity
to work being presently undertaken. The contractor's knowledge and
experience of working in these areas of the schools could be utilised.
The existing contractor’s site facilities and contractor’s access
would remain in place thereby minimising disruption and cost.
- There would be a continuation of the good
working relationship that has been established between the school and
the contractor during the construction of the current work.
- Furthermore, the Council has the opportunity
in these three schemes to develop partnership arrangements with contractors
who have performed well on previous County Council projects, as recommended
by Sir John Egan’s Construction Task Force report ‘Rethinking Construction
which has been recently adopted as a key service improvement in the
Best Value Review of Construction.
- Overall therefore it is considered that
the case for proceeding by negotiated contract in each of these three
cases is compelling, and that there should accordingly be an exemption
from the usual requirement to tender (Rule 3.2 of the Contract Procedure
Rules). Such exemption requires legal and financial appraisal and the
Solicitor to the Council and Director for Business Support & County
Treasurer (as the Council’s "S151 officer") have confirmed that, in
the light of the factors outlined in the preceding paragraphs (and amplified
in the appended project appraisals) the proposed exemption is in their
view appropriate.
- The Solicitor to the Council has advised
that these projects are below EU thresholds and are therefore not subject
to EU Competition Rules. Members must be satisfied however that compelling
special circumstances exist justifying the exempting of these projects
from the tendering requirements of the Contract Procedure Rules and
that the acceptance of the projects represents best value for the Authority.
The granting of an exemption could give rise to a legal challenge for
being anti-competitive since the work will not have been advertised,
denying other suppliers the opportunity to bid. Nevertheless potential
disruption to pupils and staff, together with the opportunity of benefiting
from the continuance of an existing contract price, are particularly
relevant factors to which members will have regard.
RECOMMENDATION
- The Executive is RECOMMENDED to agree
for the purpose of Rule 3.2 of the Contract Procedure Rules to exempt
the contracts from the requirement to tender, for the reasons
set out in the report, and authorise completion of contracts with the
respective contractors accordingly.
ROY SMITH
Acting Chief Education Officer
DAVID YOUNG
Director of Environmental Services
Contact Officer: Keith
Borien, Senior Education Officer Tel (01865 428161)
Date: December 2002
Return to TOP
|