Issue - decisions

Annual Procurement Forward Plan for the financial year 2020-21

12/01/2022 - SCC Print Services - Corporate Print

A contract is awarded to Corporate Document Services Ltd for Corporate Print for £2.1m (value based on initial period plus the optional extensions)

 


18/11/2021 - Print Services - Managed Print (MPS)- Lot 1

It was AGREED that:

 

Contract is awarded to Canon UK Ltd for £2.52m.

Contract duration: 1st April 2022 till 31st March 2027 (5 years with 2 extension options of 1 year each)

 


25/08/2021 - Approval to award a Dynamic Purchasing System for Care Within The Home

It was agreed that the DPS will be set up on 1st October 2021 and all awards going forward are approved.

 


07/04/2021 - Approval to award a contract for Combined Sensory Services for Adults

Decision made:

 

It was agreed that a contract be awarded to Sight for Surrey at an annual value of £1,524,000. The total value across the life of the contract is £9,144,000.

The contract will be in place for three years with an option to extend for up to a further 36 months (1+1+1).

 


24/03/2021 - Schools Information Management System (SIMS)

Decision made:

 

It was AGREED that:

 

1.           a Direct Award contract be formed with Capita ESS for an initial 3 year term with further extension option of 2 further years. This would be accessed via the KCS framework.

 


04/11/2020 - SCC Low Code Software Development

Decision made:

It was AGREED that:

1.    a contract is awarded to Outsystems Limited under the CCS G-Cloud 12 framework.

 


20/10/2020 - Approval to Award a Contract for Asbestos Consultancy Services

It was AGREED that a contract be awarded for Asbestos Consultancy Services to WYG Environment Planning Transport Ltd at the total contract sum of £1,506,660.

 


01/04/2020 - Approval to Award a Framework Agreement for the Delivery of Countryside Services in Surrey

Summary

 

Surrey Highways and Countryside are responsible for the maintenance of Surreys Countryside. The services required for the maintenance of Surreys Countryside includes include statutory maintenance and responsive repairs as they arise and include but are not limited to Grass Cutting, Arboriculture, Weed Control, Ditching, Vegetation clearance.  For the Rights of Way network, this includes Minor Structures Maintenance.

 

The existing Framework Agreement used by Highways and Countryside to commission these services expires on the 31 March 2020. An open competition through an OJEU compliant tender process has been conducted to put in place a new Framework to enable Countryside and Highways to continue to commission these services compliantly.

 

The new Framework is split into 6 lots. These lots are Countryside, Local Highways, Arboriculture, Weed Control, Grass cutting and Basingstoke Canal Works.

 

 

Decision made

 

It was AGREED that following an open tender process, a Framework Agreement be awarded for Countryside Services across Surrey to 41 suppliers.

 

Reasons for Decision:

 

Surrey County Council is under several legal duties to maintain access to the Countryside. These duties include preservation of suitable access for rights of way and general health and safety requirements while on the Countryside Estate.

 

For services of the value the Council must comply with the Public Contracts Regulations 2015 (PCRs) and the Council’s own Procurement and Contract Standing Orders (PCSOs). The letting of a multi-supplier framework through an advertised process will satisfy the requirements of both the PCRs and the PCSOs.

 


18/02/2020 - 2020 Mini Competition Bus Award

It was AGREED that:

 

Five contracts are let for the appointment of two companies stated above with an annual value of £596,395 with services to commence in April 2020. 

 

This will ensure that there will be no interruption to services in Surrey. 

 


18/12/2019 - Annual Procurement Forward Plan 2020-21

RESOLVED:

1.    That approval to Procure for the projects listed in Annex 1 of the submitted report – “Annual Procurement Forward Plan for 2020/21” in accordance with the Council’s Procurement and Contract Standing Orders was agreed.

2.    That where the first ranked tender for any projects listed in Annex 1 of the submitted report is within the +/-5% budgetary tolerance level, the relevant Executive Director, Director or Head of Service (as appropriate) is authorised to award such contracts was agreed.

3.    That the procurement activity that will be returned to Cabinet for review of the commissioning and procurement strategy prior to going out to market, and which is highlighted in grey in Annex 1 of the submitted report was agreed.

 

Reasons for decision:

 

·         To comply with the Procurement and Contract Standing Orders agreed by Council in May 2019.

·         To provide Cabinet with strategic oversight of planned procurement projects for 2020/21.

·         To ensure Cabinet oversight is focussed on the most significant procurements.

·         To avoid the need to submit multiple individual requests for Approval to Procure as well as individual contract award approvals for work taking place in 2020/21.

 

[The decisions on this item can be called in by the Resources and Performance Select Committee]