Agenda item

Westway Budget Allocation and Contractor Procurement

To consider and receive the report of the Director (Business, Development and Growth).

Decision:

1.    To approve the allocation of the project budget.

2.    To approve the proposed procurement methodologies and evaluation criteria for three separate works contracts. These comprise the following:

·         Works Contract 1 - A single stage open tender with suitability questionnaire / quality element and JCT design and build contract for the pavilion, access and car park.

·         Works Contract 2 - A single stage open tender with suitability questionnaire / quality element and JCT Intermediate Contract for the grass playing pitch improvements.

·         Works Contract 3 - An NEC design and build Contract for the artificial grass pitch (AGP) procured through the Manufacturer Led Artificial Grass Pitch (AGP) Framework.

Minutes:

Councillor Peter Wilson, Executive Member (Resources), presented the confidential report of the Director (Business Development and Growth) which seeks approval for the allocation of the project budget for the Westway Sports Hub, and the procurement approach and evaluation criteria for the for the appointment of a contractors to deliver the Hub.

 

Decision:

1.    To approve the allocation of the project budget.

2.    To approve the proposed procurement methodologies and evaluation criteria for three separate works contracts. These comprise the following:

·         Works Contract 1 - A single stage open tender with suitability questionnaire / quality element and JCT design and build contract for the pavilion, access and car park.

·         Works Contract 2 - A single stage open tender with suitability questionnaire / quality element and JCT Intermediate Contract for the grass playing pitch improvements.

·         Works Contract 3 - An NEC design and build Contract for the artificial grass pitch (AGP) procured through the Manufacturer Led Artificial Grass Pitch (AGP) Framework.

 

Reasons for Recommendation(s):

1.    Works Contract 1 - The use of an open tender process, with a quality element, for the pavilion, access and car parking is the best way of delivering a significantly better price for this element of the works and better value for the project within the budget. The majority of the design work would be drawn and detailed at tender stage to ensure the Council and Football Foundation get what they are expecting from the process. Design and build procurement is proposed to increase cost certainty on the project whilst reducing the contract risk remaining with the Council.

2.    Works Contract 2 - The use of an open tender process, with a quality element, for the grass pitch improvement is the best way of delivering a significantly better price for this element of the works and better value for the project within the budget.

3.    Works Contract 3 - Use of the Football Foundation Framework for the delivery of the AGP is a requirement of the Football Foundation and a successful funding bid will require the use of this Framework. Chorley Council Contracts Procedure Rules provide for Tenders to be invited and received by the public sector framework provider in accordance with their rules (CPR 31.2).

 

Alternative Options Considered and Rejected:

1.    Works Contract 1 - Use of compliant public sector framework agreements were considered for the delivery of the pavilion, access and car park works contract, however contractors included on such framework agreements tend to be very large companies and consultant’s advice received is that given the value of the proposed works contract, a framework approach may not deliver best value. Openly advertised tender with a quality element is considered the best way of delivering the project within budget. Traditional specification / contract was also considered for pavilion, access and car park works however the use of a heavily specified design and build contract (with the exception of the mechanical and electrical design which would be output driven) is considered to be best approach.

2.    Works Contract 2 - alternatives have not been considered.

3.    Works Contract 3 - alternatives have not been considered.

Supporting documents: