Decision Maker: Cabinet
Decision status: Recommendations Approved
Is Key decision?: Yes
Is subject to call in?: Yes
Purpose:
Mears is the current partnering
contractor that provides responsive repairs, voids and planned
works for the council's social housing stock. The contract is due
to expire in March 2025. This is a complex contract to procure,
therefore the process needs to start now.
The report seeks the authority
for the council to enter into a new contract for works and services
as follows:
- A 10 year contract
with an option to extend for a further 5 years
- For responsive
repairs, voids, compliance, cyclical and planned
works
- Provide an element of
service for the council's corporate properties.
- Provide an out of
hours service for emergency repairs
- Maintain a customer
contact centre for tenants and leaseholders of the council to call
to report repairs
Cabinet was therefore asked to
authorise:
- The letting of a 10
year contract, with provision to extend for a further 5 year period
to enable a true alliance between contractors and client. This is
for the provision of responsive repairs, voids, compliance,
cyclical and planned works. This contract will also include an
element of works for corporate properties.
Decision:
Cabinet authorised the following:
1.
The letting of a 10 year contract, with provision to extend for a
further 5 year period to enable a true alliance between contractors
and client. This is for the provision of responsive repairs, voids,
compliance, cyclical and planned works. This contract will also
include an element of works for corporate properties.
Reasons for the decision:
The current contract is due to expire in March
2025, with no further rights to extend.
If the Council did not procure a contract in
time for the previous contract to expire, the Council would risk
continuity of service provision; much of which is a legislative or
regulatory requirement. Council would also risk being
noncompliant with Local Authority procurement legislation and the
Council’s own Contract Standing Orders (CSOs) if the payments
for this service were to be outside of a contract.
Alternative options considered:
Procure this contract using an open
procurement campaign. This is not recommended as this is not the
approach favoured by the market, meaning we may not be able to
attract the contractors the Council would like to tender.
Establish a DLO or LATCO for the provision of
this service. These options are not recommended, for the reasons
set out below:
- The Council did not have a depot and
it would take quite a substantial investment to set that
up;
- The Council would need the extra
officers to manage the blue collar workers’ and
fleet;
- Officers/space to purchase and store
materials and plant - requiring procurement;
- Additional management for finance
and ICT;
- Initial TUPE issue as operatives
transfer from the current contractor - TDC will be
responsible for managing this process;
- It wouldn't cope easily with peaks
and troughs of work - responsive repairs are very seasonal
and weather sensitive and a DLO would not have the option to
balance work across clients;
- There will be a requirement to
formally procure and manage sub contracts for skills and materials
that the DLO does not have, for example compliance
disciplines like electrical safety, asbestos management, passenger
lift servicing and maintenance;
- Further officers for contract
management of subcontractors for works the DLO cannot pick up - for
example, planned works/major voids. For periods of high
demand that could not be covered by the DLO;
- Organisational capacity to manage a
key service transition to an alternative service delivery vehicle
during a period where the council is delivering a number of high
profile projects (e.g. Levelling Up, Margate Town Deal).
Report author: Sally O'Sullivan
Publication date: 15/12/2023
Date of decision: 14/12/2023
Decided at meeting: 14/12/2023 - Cabinet
Effective from: 23/12/2023
Accompanying Documents: