cabinet member delegated decision south area repairs ... area repairs... · 2 finance summary the...
TRANSCRIPT
1
Cabinet Member delegated decision
Decision Due: 24 December 2015
South Area Repairs & Maintenance Contract – Award Recommendation
Wards: Thurlow Park, Streatham Wells, Streatham South, Knights Hill, Gipsy Hill
Report Authorised by: Sue Foster, Strategic Director Neighbourhoods and Growth
Portfolio: Councillor Matthew Bennett, Cabinet Member for Housing
Contact for enquiries:
Su Gomer, Lead Commissioner, 0207 926 4208, [email protected]
Report summary
Following a procurement exercise it is recommended that the contract for the South Area
Repairs and Maintenance is awarded to Mears Ltd, for 20 months commencing on 1 February
2016 up to 10 October 2017, with the option to extend for any number of periods up to a
maximum of three further years.
The Repairs and Maintenance had to be re-procured in June 2014 following the early exit of the
primary contractor. The Council had to serve a Voluntary Ex-Ante Transparency (VEAT) Notice
for a set period of eighteen months in order to comply with procurement regulations. The current
undertaking is due to expire on 31 January 2016. This VEAT notice enabled another Lambeth
Property Contracts (LPC) contractor, Mears Ltd, to undertake the contract without a
procurement procedure, therefore providing continuity of service delivery of repairs and
maintenance in the South Area as an interim arrangement.
The Procurement Strategy recommended an OJEU Restricted Route procedure via a Long
Term Agreement to commence delivery on 1 February 2016 and end in October 2017, with the
option to extend for any number of periods up to a maximum of three further years. This report
details the various stages of the selection process to date, records the scores of the quality
proposals, and, most importantly, makes a recommendation based upon the evaluation.
The temporary transfer of services to another contractor did not allow the Council to maximise
leasehold income. Re-procurement has addressed this position.
Details of the commercial information of bidders are contained in the exempt, Part 2 report.
2
Finance summary
The 2015/16 budget for responsive repairs is £4.6m and for short cycle voids is £1.1m. These are revenue budgets and form part of the HRA. The long cycle voids budget is part of the capital programme and is £1m per area. South Area Budgets 2015/16 responsive repairs budget £4.6m short cycle voids budget £1.1m long cycle voids budget £1.0m Total budgets £6.7m There is therefore adequate provision within the revenue budgets to support this contract.
Based on the evaluation criteria, the winning tender from Mears Ltd is the most economically
advantageous tender. The figures in the commercial submission are only an estimate based on
the assumptions set out in the invitation to tender.
Essential Expenditure
Re-procurement of the South Area Repairs and Maintenance contract is essential as the VEAT
Notice issued in June 2014 expires in January 2016. The council must complete the tender
process and mobilisation by that end date. Through this re-tendering, further loss of income
from recovery from leaseholders of their share of the costs for services and works undertaken
within communal areas is minimised.
The competitive process enabled the Council to test the market, which undoubtedly offers better
schedules of rates and, therefore, value for money. The South Area tender process also
presented an opportunity for the council to procure a sustainable replacement contractor in
partnership with southern resident representatives.
Additionally, the project is essential expenditure as it acts as an important precursor for other
LPC contracts which are due to expire in October 2017. It is hoped that the newly tendered
rates will act as a ‘benchmark.’.
3
Recommendations
(1) To approve the award of this contract to Mears subject to expiry of the standstill
period without challenge and the outcome of consultation with Leaseholders. This is
in order to meet the requirements of the Leaseholder Consultation Regulations 2003.
(2) Subject to the outcome of the above processes a contract would be entered into with
Mears Ltd for a term of 20 months commencing on 1 February 2016 to 10 October
2017, with an option to extend, for any number of annual periods, up to a maximum
of three further years. Works would be issued via the NEC measured Term Contract
to an approximate value of £8 million for the initial 20 months, totalling £30 million
inclusive of the 3 years extension if these options were taken up
Reason for Exemption from Disclosure
The accompanying, part II report is exempt from disclosure by virtue of the following
paragraph of Schedule 12A to the Local Government Act 1972:
‘Information relating to the financial or business affairs of a particular person including the
authority holding that information.’
1. Context
1.1 The exit of one LPC contractor in the South Area in June 2014 and the resulting urgent
requirement for step-in by another contractor necessitated an OJEU VEAT Notice
disclosing that Mears Ltd were to assume the Repairs and Maintenance contract in the
South Area for eighteen months only, concluding in January 2016. The Council took this
action in order to ensure continuity of service for southern residents. Although the
interim arrangement has been maintained, it has not been possible to maximise
leasehold income which has meant that re-procurement was essential.
1.2 The re-tendered contract for the South Area covered the work streams of repairs, voids,
planned and cyclical works. Noting the VEAT Notice already in place, the primary
objective of the procurement was to undertake a re-tender in accordance with
Lambeth’s procurement policies and EU rules as well as other national policy in relation
to fair, transparent and competitive tendering.
1.3 A co-operative commissioning approach was at the heart of this tender exercise and the
project was led by council officers from Housing Commissioning Services, Procurement,
Repairs, I.T and Finance as well as south area resident representatives (made up of
tenants and leaseholders). The procurement itself was delivered with external project
management (Echelon Consultancy) and legal support (Sharpe Pritchard).
1.4 Endorsing the co-operative commissioning ethos, an Echelon led ‘Hearts & Minds’
South Area resident workshop was held in May 2015. This created momentum and
interest from the residents. A number of residents attended, representing the diverse
4
mix of the residents in the borough, and it enabled residents to set out their ‘visionary’
repairs and maintenance service. This document was a key part of the full tender
requirements and is available, if requested.
1.5 An OJEU Notice was published on 19 June 2015 notifying the market of the Council’s
intention to tender using the Restricted Procedure method. There were over 20
expressions of interest from providers in the market. A total of 13 completed Pre-
Qualification Questionnaires (PQQs) were received from a number of operators
intending to participate in this tender on 20 July 2015. Of these, five bidders failed to
meet the minimum turnover threshold and so, they were disqualified.
1.6 The PQQ’s were evaluated and scored in accordance with the pre-defined criteria. Five
bidders were shortlisted for the Invitation to Tender (ITT) stage of the procurement and
were invited to submit tenders in August 2015. Two of these shortlisted tenderers did not
submit a bid. Clarifications were raised through the EU Supply site and the Council
responded to them.
2. Proposal and Reasons
Recommendation for the award proposal
2.1 This report recommends that the South Area Repairs and Maintenance Contract should
be awarded to Mears Ltd as the bidder with the most economically advantageous tender.
This is justified on the basis of the submitted information from the tenderer, scoring of the
evaluation criteria and the conduct of an open, fair competitive process which was
undertaken in line with OJEU procedures prescribed by the Public Contracts Regulations
2015. This process has been rigorous throughout and has involved Business
Questionnaires, stringent checks on company authenticity and financial soundness and a
thorough tender evaluation process by dedicated Evaluation Panel members.
Pre-Qualification Questionnaire/Business Questionnaire Evaluation Process
2.2 Three technical questions, each worth five marks, were asked to the Bidders. In addition,
bidders had to submit information on the following:
Organisational details
Exclusions
Insurance
Economic and Financial Standing
Turnover (in millions)
Independent assessments by Dunn & Bradstreet on Business Risk
2.3 The above criteria were evaluated on a Pass/Fail basis. Out of 13 completed PQQs, five
bidders failed to meet the minimum turnover threshold that were detailedin the ITT
documentation . The process followed a methodical and transparent approach and, as a
result, five bidders were shortlisted and invited to tender, their bids to be evaluated on
the cost/quality ratio of 60/40.
5
ITT Quantitative Evaluation – Price
2.4 Quantitative Evaluation (price) was undertaken by Echelon and was based on the
evaluation of the Tender Total within Appendix 5, Volume 2B of the Pricing Schedule.
The lowest Bidder was scored full marks with the other bidders’ scores being calculated
relative to the lowest bidder as follows:
Lowest Price
Bidder Price×60
2.5 This evaluation methodology was clearly detailed in the ITT. After the use of the Tender
Evaluation Criteria, the scores were ranked accordingly. A full arithmetical check was
carried out on all 3 submissions and no issues were found. A detailed review of the
financial submissions was carried out by Echelon’s cost consultants and no qualifications
or areas of clarification were found.
ITT Qualitative Evaluation - Quality
2.6 Tender analysis of submissions was undertaken by Evaluation Panels who scored
Method Statements which detailed suppliers’ service offer. Residents formed part of key
panels and had open invites to specialist areas (ICT, Voids and Programme Delivery).
The Quality Evaluation Panel, comprising of senior officers, members of the south area
project group and up to five resident representatives, undertook quality analysis as per
the agreed matrix.
2.7 All scores were moderated by Corporate Procurement to double-check on overall
fairness and consistency.
2.8 Bidders were required to respond to a total of six quality questions. Of these, residents
were required to score two of the responses (as shown below), containing 18% of the
total 40% quality scores. The evaluation of tenders was undertaken on a 60/40
cost/quality ratio.
Number Method Statement % overall
weighting
Residents
1 Engaging residents (including tenants
and leaseholders) 10
Programme Delivery
2 Programme Delivery 8
3 Repairs 4
4 Voids Delivery 4
5 ICT Delivery 6
6
Social Value
6 Social Value and Community Benefits 8
TOTAL 40
2.9 Residents specifically scored ‘engaging residents and social value’ (entails community
benefits), which were of genuine interest to them. The residents’ ‘Hearts and Minds’
workshop had formed a key part of shaping these Method Statements with its strong
focus on delivery of a wider social value.
2.10 Each proposal was evaluated by each member using a 0-5 scoring criteria, also placing
comments against sections scores, particularly wjere a poor score (below 3) had been
recorded.
2.11 The Evaluation Panels were moderated by Echelon and a consensus score for each
proposal was agreed.
2.12 The Key Performance Indicators of the contract (as per the KPI Handbook) are:
i) Resident satisfaction – translates to percentage of residents who are satisfied with
the repairs work completed as measured by (telephone and postal), resident’s post-
completion satisfaction surveys.
ii) Quality – percentage of work which has been completed and has been offered for
handover and which has no defects.
iii) Time – percentage of work that has been completed within the agreed timescale.
iv) Cost/Budget – percentage of work that has been completed where the final cost
does not exceed the pre-agreed cost.
v) Sustainability – percentage of recyclable waste as a percentage of total waste by
weight, as measured by waste transfer.
vi) Percentage of the workforce that are apprentices .
2.13 The contract will be based on the NEC3 Form of Contract. Therefore, agreed Key
Performance Indicators (as above) will form the basis upon which any performance
profit is released to the contractor. On an annual basis, Key Performance Indicators
(KPIs) must be reviewed by the Contract Manager/Authorised Officer to determine what
proportion, if any, should be released. The Performance Profit mechanism should
incentivise the contractor to achieve KPIs.
Value for Money
2.14 Value for money has been obtained through a number of ways.
a) In the first instance, LPC contracts were tendered back in 2010. The advantage
of having re-tendered now is that the market has been tested and competitive
7
rates have been offered. The current market is considered buoyant and, in the
circumstances, the price secured from the winning bidder is considered to
represent good value as well as locking in prices in at a discount to prevailing
market prices thus favouring the council and its residents.
b) Secondly, a freshly tendered contract via a Long Term Agreement (LTA) means
that the council will now be in a position to fully recover leaseholder contributions
for communal repairs in the south area. The LTA arrangement further minimises
risks of financial and legal challenges.
c) Thirdly, the Evaluation Criteria based on a cost/quality split of 60/40 means that
obtaining the most competitive price is heavily weighted and ultimately favours
residents in the amounts being re-charged back to them whilst at the same time
maintaining agreed quality thresholds.
d) The tendered prices are very competitive and a review of the rates as compared
with those rates tendered with Mears on an emergency basis, in the current
contract,indicates that average rates are 8% cheaper across all the work streams
(Repairs and Maintenance, Voids, Planned and Cyclical Works). Based on
predicted levels of spend savings in the region of £600k per annum could be
realised. Realisation of the these savings is dependant on;
Improving Supplier Relationship Management
Standardising the way work is ordered
Improving Call Centre/Client/Contractor liason in the works ordering process
An action plan is being put in place to deliver these service improvements.
2.15 Value for money is offered in relation to the profile (type of works) and volume of
works orders, so supporting the 60% weighting. 2.16 The qualitive weighting (also being evaluated) ensures that the tenders are more
rounded and not just based on the cheapest price but also on quality. This boosts the
various added value benefits through the overall tender process, such as social value
and community benefits.
2.17 The Performance Profit mechanism is endorsed in this form of contract and is
inextricably linked with KPIs, promoting a win-win result for the Council and its residents
as well as acting as an incentive to exceed KPIs from the contractor. The contract
management allows for an open book approach with the contractor sharing savings with
the council. Therefore any efficiencies resulting from the effective delivery of the repairs
contract will benefit Lambeth also.
Options Appraisal
2.18 The options appraisal process was two-fold. Before reaching the decision to re-procure
the South Area separately, a full options appraisal was conducted within the Service
Delivery Options Group, over a period of months in 2014. The interim arrangement
8
which was in place for 18 months only, meant that a full competitive process was
inevitable for the south.
Cashable & Non-cashable savings
Cashable Savings
2.19 The most economically advantageous tender was received from Mears Ltd. The
schedule of rates is based on the National Housing Federation’s (NHF) version 6.2
which is the most up-to-date one. The competitive process ensured the council obtained
the best tender based on the requirements set out in the tender documents.
Non-cashable Savings
2.21 A number of non-cashable savings are being proposed by the winning tenderer, which
forms a key part of their contractual commitments:
1. Wider community benefits have been generated involving the creation of one
apprentice place for each £1m expenditure per annum with Mears Ltd.
2. Strong commitment to creating sustainable employment opportunities from
apprenticeship and training schemes.
3. Mears’ subcontractors and supply chain are involved in providing apprenticeship
opportunities in order to ensure a continuation of skills development.
4. Continuation of their support of Build It and the Lambeth Skills Academy.
5. Local recruitment and inclusion of local supply partners – will ensure that vacancy
opportunities with Mears always prioritise local postcodes for interviews and will
ensure that Supply Chain partners also do the same.
6. Hold ‘Meet the Buyer Events’ for this Lambeth South Contract, discussing
opportunities for local suppliers to achieve approved status as a Mears supplier.
7. Fair Payment Policy and Payment on time to SMEs, via the Mears Payable
Scheme – guarantees that supply partners can draw on funds within 10days of
invoice date.
8. Commitment to pay workers London Living Wage.
9. Promote the Local Employment Advisory Forum (LEAF) to the Lambeth South
contract in particular to tackle worklessness at grassroots level (via CV/interview
training), by bringing together various organisations both local and national.
10. Local recruitment and incusion of local supply partners
11. Organise targeted recruitment events – for female applicants and Black and Ethnic
Minority groups.
12. Work placements for 16years and over, including refresher training and taster
events.
2.22 All of the wider non-financial impacts of the contract will be monitored using the HACT
tool for calculating social return on investment to this contract. The HACT is widely
recognised as an effective social value measurement tool and quarterly reviews of the
impact and evidence of achievements will be led by Lambeth and supported by an
independent consultant.
9
2.22 The savings realised are summarised in the table below.
Non Cashable Savings
Apprenticeships
Training Opportunities
Wider social value
Volume Reduction
2.23 Although there is no guarantee of work volumes within the contract (as it is responsive),
there is a contractual requirement to raise repairs orders to this contractor.
3. Finance
3.1 The revenue repairs and maintenance budgets form part of the overall HRA and are
managed through external contracts. The 2015/16 budget for responsive repairs in the
South Area is £4.6m and for short cycle voids is £1.1m which means that there is
adequate provision within the revenue budgets to support this contract. The long cycle
voids budget is part of the capital programme and is £1m per area.
4 Legal and Democracy
4.1 The delegated authority to award this contract is vested in the Cabinet Member for
Housing who should exercise his discretion in consultation with the Leader and on the
recommendation by the Procurement Board.
4.2 The Council’s contract standing orders require that contracts with a value exceeding
£100,000 should be formally tendered online and evaluated according to transparent
and pre-notified criteria.
4.3 In addition, the Public Contracts Regulations 2015 apply to the proposed tender and the
Council is obliged to publish a contract notice in the Official Journal of the European
Union because the value of the proposed contract exceeds £4,322,012 above which
contracts for works must be procured in accordance with one of the procurement routes
prescribed in Part 2, Chapter 2 of the Regulations.
4.4 The Council used the Restricted Procedure route permitted by Regulation 28. The
tenders were evaluated by an appropriately constituted panel using published evaluation
criteria and the proposed award is to be made to the bidder which submitted the most
economically advantageous tender using a 40/60 quality/price ratio. In view of the
tendering process detailed in this report, the procurement in respect of which this
proposed award is to be made complies with the Public Contracts Regulations 2015.
4.5 The Council must also comply with the detailed contract award notification requirements
prescribed by Regulation 85 and observe the requirements of Regulation 86 before
awarding the contract in case there is a challenge from an unsuccessful bidder or
10
candidate. The Council must also comply with reporting requirements prescribed in
Regulation 50. The contract award notice must cover the estimated value of the contract
if the option to extend is taken up.
4.6 The proposed contract is a qualifying longterm agreement within the meaning of the
Landlord and Tenant Act 1985. Accordingly, the procuring local housing authority is
required to consult leaseholders before tendering for and awarding the contract in
accordance with the Service Charges (Consultation Requirements) (England)
Regulations 2003. The duty of consultation extends to notifying leaseholders of the
names of the parties to the proposed agreement/contract.
4.7 NEC3 contracts are widely used construction contracts which are designed to be less
adversarial and more partnering-oriented than other construction contracts.
4.8 This proposed key decision was entered in the Forward Plan on 22 May 2015 and the
necessary 28 clear days’ notice has been given. In addition, the Council’s Constitution
requires the report to be published on the website for five clear days before the proposed
decision is approved by the Cabinet Member. Any representations received during this
period must be considered by the decision-maker before the decision is taken. A further
period of five clear days - the call-in period – must then elapse before the decision is
enacted. If the decision is called-in during this period, it cannot be enacted until the call-
in has been considered and resolved.
5. Consultation and co-production
5.1 The Cabinet Member for Housing was consulted as part of the procurement process.
5..2 Following approval of the Gateway 2 procurement strategy the Council commenced
early engagement with south area stakeholders/residents, to particularly ensure that
their views and recommendations would shape the tender requirements. The
procurement group organised a targeted workshop in the south, Hearts & Minds. This
was supported and facilitated by Echelon. Echelon’s lead meant that residents’
experiences of repairs and maintenance services to date was captured in an open and
informative way. The Hearts & Minds Workshop Report formed part of the tender
documents and enabled Bidders to respond on residents’ aspirations in their Method
Statements.
5.3 Residents have formed a major component of the South Area Project Group with up to
five representatives attending monthly Board meetings. Full transparency, with all
members of the project grou,p has steered the procurement process. Residents were
further supported through training of the evaluation and scoring process.
5.4 Statutory and legal consultation of leaseholders have been satisfactorily met with
observations responded to within the specified 30 day period.
5.5 This procurement led to a strengthening of internal communications between officers.
The South Area project group was a collaboration of teams, including Home Ownership
Services, Repairs, Technical Services, I.T, Finance, Corporate Procurement,
Commissioning, South area delivery teams and Legal Services. The external resourcing
of Echelon added value of focus.
11
5.6 This re-procurement process will inform the re-procurement of all 12 LPC lots which is
scheduled for 2017, and was noted as a task in the Major Works Action Plan (previously
the Leasehold Action Plan ) which was agreed by Cabinet in July 2014, where Tenants
and Leaseholders sought ongoing value for money )
Leasehold Consultation and Implications
5.7 A key driver for this re-procurement was to satisfy the terms and conditions of Qualifying
Long Term Agreements (LTA’s), in order to ensure full leaseholder engagement and
maximisation of leaseholder contribution. An initial Stage 1 (Notice of Intention) to
commence procurement was served in May 2015. The Notice, which expired on 1 June
2015, generated 5 observations in total. All observations were given due consideration
and responded to and none were deemed to affect the procurement process.
Analysis of the leaseholders’ observations can be grouped under the thematic headings
of: scope of works proposed, clarity of LTA, cost implications to leaseholders and value
for money.
5.8 Scope of works proposed
In almost all of the observations, leaseholders requested more information and detail
around the type of works proposed. In one, the leaseholder enquired about whether
roofing and guttering as well as general maintenance were part of this contract.
Additional information was provided, clarifying the full scope of works being proposed.
5.9 Clarity of LTAs
The observations were about additional information on LTA’s and what it means. This
was adequately responded to and the rationale for opting for the LTA route was set out.
Primarily the LTA ensures thorough leaseholder engagement in the tender processes
and in the delivery of projects. Value for money is optimised when bulking large works
orders rather than in undertaking individual procurement activities, which could have
added cost implications to leaseholders.
5.10 Cost implications
This was raised in relation to whether the proposed works would result in a large rise in
leaseholder service charges. It was explained that the process of testing the market
should obtain better rates which will ultimately translate to value-for- money service
charges in the interests of leaseholders.
5.11 Value for money (VFM)
This was a specific observation where one leaseholder enquired on how the
procurement process would ensure VFM on this contract. It was explained that VFM
could be achieved through the profile and volume of works to be raised through this
contract. tThe fact of re-tendering should also generate added- value rates, learning from
past lessons andalso promote better VFM in obtaining zero defects and stringent KPI
monitoring.
12
Stage 2 Consultation
5.12 The Stage 2 Leasehold Consultation will commence once the report has been agreed
5.13 Furthermore, the South Area Project Group has leasehold representation, who have
played an instrumental role, not only in shaping the procurement, but also in the
Qualitative Evaluation of bidders’ Method Statements.
5.14 A wider pool of leasehold representation also formed part of the Hearts and Minds
workshop at the pre-tender resident engagement workshop.
6. Risk management
6.1 The risks related to this procurement are detailed below.
Risks Likelihood Impact Mitigating
circumstances
1. Current interim
arrangement must
expire in January
2016, as per the
VEAT Notice
issued last June.
This poses risks to
project
implementation and
mobilisation if that
date is delayed in
any way.
High This has the
potential to place
LBL at a great risk
of breach since the
OJEU VEAT
expires by the
deadline. If there
are any delays
beyond that date, it
would mean that
LBL will have no
formal contractual
delivery vehicle to
support the South
Area if this
procurement project
is not implemented
by 1 February
2016.
Project timetable shows
that whilst this is
approaching, the team is
confident that due
processes of approval,
call-in and the Alcatel
standstill period can be
met and the contract
mobilised by February
2016.
2. Contract term of
four and a half
years could be risky
– uncertainty of the
longer-term view of
the south area.
Medium Tender documents
have specified an
initial term of 21
months with an
option to extend by
up to 3 years. This
will ensure
alignment with
other LPC Lots.
Decision on the longer
term view of LPC would
be known before the
Council needs to
exercise the option to
extend. The LPC
assessment will inform
the overall south
contract period.
13
3. The fact that
South area contract
period is
inextricably linked
to wider LPC Lots
Medium Timeline for
decision on longer-
term arrangement
of other LPC Lots-
whether to re-
procure-needs to
be agreed.
The contract period of
an initial 21 month term
plus option to extend
offers flexibility for the
south and yet, at the
same time, has obtained
VFM in current market
rates which could be
used as a benchmarker
for the wider LPC
consideration. South
Area is therefore unique
in this sense.
4.Contract award to
Mears does pose a
risk of having no
other reserve
contractor and
Mears are
effectively serving
R&M across all of
Lambeth. There is
no reserve/back up
contractor, should
there be a dip in
performance.
High Should there be
any slippage on
performance in one
part of the borough,
there could be a
‘dominoe’ effect on
other parts as well.
The re-procurement
process has re-
invigorated through the
contractual arrangement
with Mears, with a
renewed focus on
performance monitoring,
social value and resident
engagement at the heart
of the contract.
Heavy reliance on
Mears for all housing
repairs and
maintenance across
the Borough
High If due diligence
checks are not
properly carried out
and Mears’
contractual standing
is called into
question, the impact
would be severely felt
across the borough.
Due diligence checks will
be undertaken before the
contract commences,
enhancing the Dunn &
Bradstreet checks already
undertaken very recently.
Pre-contract Conditions
would have to be
satisfactorily met including
and evidence of the
following:
Health & Safety
policies and
standards
Relevant
certification
relating to
company and staff
qualification
14
Insurances –
public liability
Disclosure and
Barring Service
checks (DBS) of
operational staff
Contractor
information
Subcontractor
information and
evidence of all of
the above also.
A cohesive Business
Continuity Plan should be
prepared to ensure that
services are maintained at
all times.
5.Maintaining the
existing form of
contract could
foster a ‘business
as usual approach’
Low Affects
performance,
delivery of projects
and resident morale
Using the same form of
contract minimises the
risk of multiple complex
processes and means
that emphasis is on KPIs
and contract
monitoring/management.
6.There is a risk to
the project and
fulfilling the
statutory
leaseholder
consultation period
of 30 days, if this
report is not
approved.
Medium Timetable for the
next steps is tight
and could affect
implementation,
potentially
breaching the
VEAT Notice.
South area project group
is focused on meeting
key deadlines and
additional resources
would be deployed,
where required.
7.Previous lessons
are not learned.
Medium A ‘business as
usual’ approach
would not engender
faith in the newly
procured contract.
New contract will need
to promote better record-
keeping of contractors’
performance and
monitoring throughout as
well as effective use of
NEC3 contractual
clauses and notices.
8.Issues around the
Deed of Variation
Medium DOV would have
varied the
contractual interim
DOV has been
prepared. Requires sign
15
(DOV) for the
interim south
arrangement has
still not been
signed.
undertaking of
Mears.
off.
Subsequent Delivery Risks
6.2 In terms of subsequent delivery of services, ongoing risk identification, monitoring and
management will form a key aspect of the contract. The NEC3 Task Order mechanism
understands risk management as a joint process by both council and contractor, signed
on annual basis.
7. Equalities Impact Assessment
7.1 The EIA for this procurement project was assessed as Low. The South Repairs &
Maintenance contract is inclusive to all groups in the south. There is further stipulation in
tender documents to maintain the highest standards of conduct when working in
residents homes.
8. Community safety
8.1 The South Area Repairs and Maintenance contract - which covers the key workstreams
of responsive repairs, voids, planned and cyclical maintenance - is not just about raising
the standards of the housing stock condition. The refurbishment of voids to strict
turnaround targets, for example, is linked to wider security of stock and the reassurance
of safety for residents from these improvements.
9. Organisational implications
None.
a. Environmental
The provider demonstrates due diligence and compliance with the council’s
sustainability/environmental agenda, particularly in their recommendations of source
materials to be used in residents’ homes.
b. Staffing and accommodation
N/A.
c. Procurement
An OJEU compliant Restricted Procedure competitive process has been undertaken.
16
d. Community Benefits/Social Value
Social value is embedded in this contract and featured as one of the questions that all
Bidders had to address, in line with the Council’s requirements over the contract period.
Bidders were scored accordingly on how works and services could maximise
opportunities for individuals, the community and the southern area environment. Of the
40 possible quality scores available, 8 were apportioned to Social Value, reflecting its’
importance.
The resident representatives who participated in the Qualitative Evaluation Panels were
particularly keen to score this as it captured the positive difference the new contract
could make to their lives.
These statements will be held to account during the overall management and monitoring
of the South Area Repairs and Maintenance contract.
e. Health
N/a
10. Timetable for implementation
As below.
Formal Approval 30 November 2015
Statutory Standstill Letters -Alcatel (10
days)
10 December 2015
Leaseholder Consultation – Stage 2 for
30 days (Notice of Landlords Proposals)
11 December 2015 – 11
January 2016
Formal Contract 12 January 2016
Mobilisation and Contract Start 1 February 2016
6. Contract Management and Monitoring
6.1 The Area Asset Manager will be responsible for overall, operational day-to-day
monitoring of the contract. The Strategic Contracts Management team will act as
overseers of the contract, ensuring that performance is monitored on an ongoing basis,
Task Orders are adequately raised and applications for payment are rigorously checked.
Contract meetings at operational and strategic levels should capture arising issues as
well as monitoring performance indicators. Effective contract monitoring and
management will serve as evidence for and justification of, KPIs achieved and the level
of Performance Profit to be released, if any.
17
Audit trail
Consultation
Name/Position
Lambeth
directorate/division
or partner
Date Sent Date
Received
Comments in
para:
Sue Foster Strategic Delivery
Director
08/12/15 15.12.15 All
Su Gomer Lead Commissioner 09/11/15 10/11/15 Throughout
Finance – Patrick Pedder Business Partnering:
LHMS
09/11/15 13/11/15 3
Legal Services – Legal
Services
Corporate Resources:
Corporate Affairs
09/11/15 12/11/15 4
Maria Burton, Democratic
Services
Corporate Resources:
Corporate Affairs
09/11/15 13/11/15 Throughout
Councillor Matthew Bennett Cabinet Member:
Housing
09/11/15 12/11/15
Andrew Sternberg/
Procurement Team
Procurement Manager 09/11/15 13/11/15 Throughout
Neil Wightman Delivery Director 09/11/15 1.12.15
Rachel Sharpe Commissioning
Director
1.12.15
Cedric Boston Director of Housing
Management
09/11/15 For info
Gary Mitchell Head of Repairs 09/11/15
Internal Officer Board Date of meeting
Report history
Original discussion with Cabinet Member N/A
Report deadline N/A
Date final report sent N/A
Report no. N/A
Part II Exempt from Disclosure/confidential
accompanying report?
Yes
Key decision report Yes
Date first appeared on forward plan 22 May 2015
Key decision reasons
Expenditure, income or savings in excess of
£500,000, and
Meets community impact test
Background information Community Plan 2013 -2016
Invitation to Tender
Appendices
None
18
APPROVAL BY CABINET MEMBER OR OFFICER IN ACCORDANCE WITH SCHEME OF
DELEGATION
I confirm that I have consulted Finance, Legal, Democratic Services and the Procurement
Board and taken account of their advice and comments in completing this report for
approval:
Signature ______________________________________ Date ________________
Su Gomer, Lead Commissioner
I confirm I have consulted the relevant Cabinet Members, including the Leader of the
Council and approve the above recommendations:
Signature ______________________________________ Date ______________________
Post Cllr Matthew Bennett
Cabinet Member for Housing
Any declarations of interest (or exemptions granted):
Issue Interest declared