Agenda and decisions

Cabinet Member for Business Services and Resident Experience Decisions - Monday, 12 September 2016 11.00 am

Venue: Members Conference Room, County Hall, Kingston Upon Thames, KT1 2DN

Contact: Andrew Baird 

Items
No. Item

1.

DECLARATIONS OF INTEREST

    • Share this item

    To receive any declarations of disclosable pecuniary interests from Members in respect of any item to be considered at the meeting.

2.

PROCEDURAL ITEMS

    • Share this item

2a

Members' Questions

    • Share this item

    The deadline for Members’ questions is 12pm four working days before the meeting (06/09/2016).

2b

Public Questions

    • Share this item

    The deadline for public questions is seven days before the meeting (05/09/16).

2c

Petitions

    • Share this item

    The deadline for petitions is 14 days before the meeting, and no petitions have been received.

3.

Commercial Catering Equipment Repair and Installation Services - Contract Award pdf icon PDF 151 KB

    This report seeks approval to award a framework agreement in 9 lots and subsequent award of call off contracts for the provision of commercial catering equipment repair and installation services for Surrey schools and civic sites for the benefit of the Council to commence on 1 January 2017 as detailed in the recommendations as the current arrangements expire on 31December 2016.

     

    Decision:

    It was agreed that framework agreements are awarded to the following suppliers by lot and in ranking order from 1 January 2017 for a total of four years and immediate call off contracts are awarded for three years with an option to extend for a further period of one year each for Surrey County Council (SCC) for a total value of £845,600:

     

    Lot 1 – Repairs to Refrigeration/freezers/chill cabinets/cold rooms/refrigerated dole wells (lot annual value £12,000) – Corrigenda Ltd t/a Churches, Little Duffy (Enterprises) Ltd, TWO Services Ltd, Celsius Commercial Refrigeration, JC Watson Refrigeration Ltd

     

    Lot 2 – Repairs to Dishwashers and Water Softeners (lot annual value £74,000) - Corrigenda Ltd t/a Churches, Little Duffy (Enterprises) Ltd, TWO Services Ltd, National Facilities Management, JDS Catering Equipment Ltd

     

    Lot 3 – Repairs to Combi Ovens (lot annual value £6,000) - Corrigenda Ltd t/a Churches, Little Duffy (Enterprises) Ltd, TWO Services Ltd, National Facilities Management, JDS Catering Equipment Ltd

     

    Lot 4 – Repairs to Ranges/Ovens/Atmospheric Steamers/Bratt Pans (lot annual value £43,000) - Corrigenda Ltd t/a Churches, Little Duffy (Enterprises) Ltd, TWO Services Ltd, National Facilities Management, JDS Catering Equipment Ltd

     

    Lot 5 – Repairs to Hot Cupboards/Counters/Mixers/Slicers/Vegetable Preparation Units (lot annual value £31,000) - Corrigenda Ltd t/a Churches, Little Duffy (Enterprises) Ltd, TWO Services Ltd, National Facilities Management, JDS Catering Equipment Ltd

     

    Lot 6 – Installation of Dishwashers and Water Softeners (lot annual value £20,200) – Little Duffy (Enterprises) Ltd, TWO Services Ltd, Corrigenda Ltd t/a Churches, JLA Ltd, JDS Catering Equipment Ltd

     

    Lot 7 – Installation of Combi Ovens (lot annual value £12,200) – TWO Services Ltd, Little Duffy (Enterprises) Ltd, Corrigenda Ltd t/a Churches, National Facilities Management, JLA Ltd

     

    Lot 8 – Installation of Ranges and Ovens (lot annual value £8,000) – Little Duffy (Enterprises) Ltd, TWO Services Ltd, Corrigenda Ltd t/a Churches, JLA Ltd, National Facilities Management

     

    Lot 9 – Installation of Atmospheric Steamers and Bratt Pans (lot annual value £5,000) – Little Duffy (Enterprises) Ltd, TWO Services Ltd, Corrigenda Ltd t/a Churches, JLA Ltd, National Facilities Management.

     

    Following consultations of financial details and recommendations outlined in the part 2 report.

     

     

4.

Security Services - Contract Award pdf icon PDF 149 KB

    This report seeks approval to award a framework agreement by lot for the provision of security services for operational and estate sites for the benefit of the Council and other users and subsequent call off contract for the Council to commence on 1 November 2016 as detailed in the recommendations as the current arrangements expire on 31October 2016.

     

    Decision:

    It was agreed that:

     

    1.    Framework agreements are awarded to Knight Security Ltd for two years from 1 November 2016 with an option to extend for two periods of one year each in the following lots:

    Lot 1 – Surrey County Council, Surrey Borough and District Councils, Surrey Schools

     

    Lot 2 – East Sussex County Council, East Sussex Borough and District Councils, Brighton and Hove City Council

     

    Lot 3 – West Sussex County Council

     

    2.    An immediate call off contract under the framework agreement for Lot 1 is placed with Knight Security Limited for the benefit of the Council with an estimated annual value of £205,000 for a two year contract term with an option to extend the contract for two periods of one year each.

     

    Following consultations of financial details and recommendations outlined in the part 2 report.

     

5.

EXCLUSION OF THE PUBLIC

    • Share this item

    Recommendation: That under Section 100(A) of the Local Government Act 1972, the public be excluded from the meeting for the following items of business on the grounds that they involve the likely disclosure of exempt information under the relevant paragraphs of Part 1 of Schedule 12A of the Act.

     

     

     

    PART TWO – IN PRIVATE

     

6.

Commercial Catering Equipment Repair and Installation Services - Contract Award

    This Part 2 report contains information which is exempt from Access to Information requirements by virtue of paragraph 3 – Information relating to the financial or business affairs of any particular person (including commercially sensitive information to the bidding companies).

     

    The information contained in this report may not be published or circulated beyond this report and will remain sensitive for the length of the contract.

     

7.

Security Services - Contract Award

    This Part 2 report contains information which is exempt from Access to Information requirements by virtue of paragraph 3 – Information relating to the financial or business affairs of any particular person (including commercially sensitive information to the bidding companies).

     

    The information contained in this report may not be published or circulated beyond this report and will remain sensitive for the length of the contract.