Back to top arrow icon Back to top

Agenda, decisions and minutes

Venue: Council Chamber, Hackney Town Hall, Mare Street, London E8 1EA. View directions

Contact: Gareth Sykes  Email:  governance@hackney.gov.uk

Items
No. Item

1.

APOLOGIES FOR ABSENCE

Minutes:

 

There were no apologies for absence.

2.

DECLARATIONS OF INTEREST - Members to declare as appropriate

A Member with a disclosable pecuniary interest or a prejudicial interest in a matter who attends a meeting of the authority at which the matter is considered:

 

(i) must disclose the interest at the start of the meeting or when the interest becomes apparent, and

(ii) may not participate in any discussion or vote on the matter and must withdraw from the meeting room.

 

A Member who discloses at a meeting a disclosable pecuniary interest which is not registered in the Register of Members’ Interests or the subject of a pending notification must notify the Monitoring Officer of the interest within 28 days of the disclosure.

 

Disclosable pecuniary interests, personal interests and prejudicial interests are defined at Paragraphs 8.1-15.2 of Section Two of Part 5 of the Constitution  and Appendix A of the Members’ Code of Conduct.

A Member with a disclosable pecuniary interest or a prejudicial interest in a matter who attends a meeting of the authority at which the matter is considered:

 

(i) must disclose the interest at the start of the meeting or when the interest becomes apparent, and

(ii) may not participate in any discussion or vote on the matter and must withdraw from the meeting room.

 

A Member who discloses at a meeting a disclosable pecuniary interest which is not registered in the Register of Members’ Interests or the subject of a pending notification must notify the Monitoring Officer of the interest within 28 days of the disclosure.

 

Disclosable pecuniary interests, personal interests and prejudicial interests are defined at Paragraphs 8.1-15.2 of Section Two of Part 5 of the Constitution  and Appendix A of the Members’ Code of Conduct.

Minutes:

There were no declarations of Interest.

3.

Urgent Business

The Chair will consider the admission of any late items of Urgent Business. Late items of Urgent Business will be considered under the agenda item where they appear. New items of unrestricted urgent business will be dealt with under Item XX below. New items of exempt urgent business will be dealt with at Item XX below.

Minutes:

There were no items of urgent business.

4.

NOTICE OF INTENTION TO CONDUCT BUSINESS IN PRIVATE, ANY REPRESENTATION RECEIVED AND THE RESPONSE TO ANY SUCH REPRESENTATIONS

On occasions part of the Cabinet Procurement Committee meeting will be held in private and will not be open to the public if an item is being considered that is likely to lead to the disclosure of exempt or confidential information. In accordance with the Local Authorities (Executive Arrangements) (Meetings and Access to On occasions part of the Cabinet Procurement Committee meeting will be held in private and will not be open to the public if an item is being considered that is likely to lead to the disclosure of exempt or confidential information. In accordance with the Local Authorities (Executive Arrangements) (Meetings and Access to Information) (England) Regulations 2012 (the “Regulations”), members of the public can make representations about why that part of the meeting should be open to the public.

 

This agenda contains exempt items as set out at Item  , and  :

 

No representations with regard to these have been received.

 

This is the formal 5 clear day notice under the Regulations to confirm that this Cabinet Procurement Committee meeting will be partly held in private for the reasons set out in this Agenda.  Information) (England) Regulations 2012 (the “Regulations”), members of the public can make representations about why that part of the meeting should be open to the public.

 

This agenda contains exempt items as set out at Item  12, and  13:

 

No representations with regard to these have been received.

 

This is the formal 5 clear day notice under the Regulations to confirm that this Cabinet Procurement Committee meeting will be partly held in private for the reasons set out in this Agenda.

Minutes:

There were no representations received.

5.

DEPUTUATIONS/PETITIONS/QUESTIONS

Minutes:

There were none received.

6.

Unrestricted Minutes of the previous meeting of the Cabinet Procurement &
Insourcing Committee held on 6 December 2021 pdf icon PDF 121 KB

Decision:

RESOLVED:

 

That the unrestricted minutes of the Cabinet Procurement and Insourcing Committee, held on 6 December 2021, were approved.

Minutes:

RESOLVED:

 

That the unrestricted minutes of the Cabinet Procurement and Insourcing Committee, held on 6 December 2021, were approved.

7.

CACH Q95 Mental Health Accommodation - Contract Award Report pdf icon PDF 133 KB

Decision:

RESOLVED:

 

To award Agudas Israel Housing Association (AIHA) a contract to deliver the Orthodox Jewish mental health accommodation based support service for a term of two years. This follows a direct negotiation as approved by the Committee in September 2018.

 

REASONS FOR DECISION/OPTIONS APPRAISAL

 

The report seeks to gain approval for the award of a contract following a direct

negotiation process which was approved by the Cabinet Procurement Committee in September 2018.

 

This award is in relation to Key Decision CACH P9, Recommendation 2: ‘Agree to the competitive procurement, with multiple lots, for a mental health accommodation based housing related support pathway. The term of contract will be 5 years with an option to extend for a further 2 years (5 +1 +1 years). The annual contract value is £1.2m; equivalent to a total contract value of £8.4m with some additional East London Foundation Trust (ELFT) funding, the value of which is to be confirmed. This will include direct negotiation of a contract for mental health accommodation based housing related support specifically for the Orthodox Jewish community. On completion of the negotiation, a Single Tender Action will be submitted to the Cabinet Procurement Committee for approval’.

 

The service will provide culturally specific housing related support to people from the Orthodox Jewish community and who have been referred by the mental health housing panel.

 

The service will be flexible and responsive to the multiple needs of service users with diagnosed mental health problem and some of who may also:

? Have very chaotic lifestyles, including those displaying anti-social behaviour;

? People at risk of offending;

? People with substance misuse issues who may or may not be engaging with substance misuse services;

? People with such needs may occasionally engage in illegal activity and the service is expected to work with the police and probation to explore enforcement options where appropriate.

Minutes:

7.1  The Commissioner, Mental Health and Prevention introduced the report highlighting the following points:

·  The report covered a request for a two year contract which would be for payment by activity as opposed to a fully commissioned service;

·  One of the dilemmas involved with this work was that the provider had indicated increased costs over the preceding years and there was a growing gap between the funding and the costs;

·  An agreement was negotiated by the Council whereby payment would be by activity based on the occupancy of Hackney residents;

·  The service covered non-Hackney residents. Moving to a transition would be a cost neutral arrangement and would allow the provider to be more sustainable over the next two years when the Council moves to a fully payment by activity model.

 

  7.2  Councillor Kennedy thanked officers for their work on this report. He highlighted paragraph 6.2 in the report which stated that; ‘The arrangement whereby Hackney has to pay for non-Hackney residents will come to an immediate end. AIHA will be enabled to sell a limited number of bed spaces to other funding authorities or for privately funded placements’. Councillor Kennedy sought reassurances that the Council would not be entering into such arrangements again where the Council ended up paying for non-Hackney residents.

 

7.3  The Commissioner, Mental Health and Prevention replied that the service being provided was very specific to the Orthodox Jewish community. Some of those demands were coming from outside Hackney and were increasing. The contract was sustainable for the provider, as they were receiving referrals from other areas which the Council had previously put limits on the numbers that could be taken. The hybrid model that was now being taken forward would mean that the cost effectiveness for the Council was improved and it was more sustainable financially for the provider. The negotiated agreement would work for both parties, firming up the arrangements and would also help the provider to serve their community beyond the borders of Hackney.

 

7.4  Councillor Woodley sought clarification on whether those who were receiving the payments in accommodation were still to be taken care of. It was understood that what was proposed was a more efficient commissioning process, however it was a unique neighbourhood in Stamford Hill and the Councillor wanted to ensure that the community involved had co-production in these arrangements.

 

7.5  The Commissioner, Mental Health and Prevention replied that the Council had engaged with the provider as well as taking into account the considerations for the wider community. All the current residents that remained had begun to be regularly reviewed and had also been contacted by the local mental health trust so that there had not been any changes with their needs in recent years. The Council had ensured there was a process to update all reviews so that there were no changes to the support and care being provided and it would continue and be sustainable for all concerned. The Commissioner, Mental Health and Prevention stated that he had undertaken  ...  view the full minutes text for item 7.

8.

FCR S046 Public Space Surveillance (PSS) Monitoring contract pdf icon PDF 156 KB

Decision:

 RESOLVED:

 

That the Cabinet Procurement and Insourcing Committee:

 

1.  Agreed to approve an extension of the current contract to 30 November 2022

2.  Agreed  to approve the procurement strategy set out in the report for the procurement of a new Public Space Surveillance Monitoring contract commencing 1 December 2022.

 

REASONS FOR DECISION/OPTIONS APPRAISAL

 

To approve the procurement strategy set out in this report for the procurement of a PSS monitoring contract. The existing contract was awarded on 1 April 2012 and ran for a 5 year period. It was extended for 3 years in 2017, and for a further 2 years in 2020, both extensions were provided for within the original contract. The current contract is due to expire on 31 March 2022. This report seeks permission to extend the existing contract for 8 months until 31st November 2022 and to tender a seven year contract for the PSS Monitoring

service with the option to exercise ‘no penalty break clauses at years 3 and 5’. The estimated cost of extending the current contract by nine months is £360,600. The PSS Team has carried out a study into insourcing to consider this as an option for the service.

 

The current service provider is NSL Ltd (NSL - a company within the Marstons

Holdings Ltd group). NSL delivers this contract currently by employing one Operations Manager, four PSS Team Leaders and eight PSS Operators. Of the current staff, their average time in post is 4.7 years - the longest serving has been for 12 years; between them they have 61 years’ experience of monitoring PSS in Hackney. This is a very significant factor in the excellent reputation that Hackney PSS has with other London councils, nationally with UK councils, with Police forces, the Home Office and the Surveillance Camera Commissioner’s Office.

 

The following options were considered:

 

1. Insource and cease licensable activity, to remove the need for licensing.

2. Insource and obtain 'non front line' Security Industry Authority (SIA) licences for all suitable staff and Councillors. This would be required to comply with

information management law.

3. Let a new ‘out-sourced’ contract using similar terms and conditions for staff to the existing contract.

4. Let a new ‘out-sourced’ contract using enhanced terms and conditions for staff, bringing their terms and conditions in line as much as possible with Council staff.

5. To set up an independent trading company to undertake the PSS monitoring service.

 

*Information regarding SIA ‘non-frontline’ licensing to be found in Appendices C,D & E.

 

Option [1] - Insource and cease all licensable activity

 

The cessation of the licensable activity removes the need for all staff involved in the management structure, including Councillors, to obtain a licence. However, to cease licencing would prevent us carrying out PSS monitoring on some of the most challenging estates in Hackney, which are managed by Registered Social Landlords (RSLs) - the law says you need a licence to monitor cameras owned by someone else under a contract - to cease Public Space Surveillance Monitoring on  ...  view the full decision text for item 8.

Minutes:

8.1  The Civil Protection Service Manager Community Safety, Enforcement and BR introduced the report highlighting the following points:

·  The report for the tendering of the public space contract which saw staff monitor the Council’s Closed Circuit Television (CCTV)

·  The report contained two recommendations:

 

1.  To approve an extension of the current contract to 30 November

 2022;

2.  To approve the procurement strategy set out in this report for the

 procurement of a new Public Space Surveillance Monitoring

 contract commencing 1 December 2022

 

·  Extensive appraisals had been carried out to check the viability of insourcing the service for the new contract;

·  The current service provider was from the private sector and the service was currently delivered with the employment of one Operations Manager, four team leaders and eight operators;

·  The current contract had excellent retention with the average time in post for staff being 4.7 years. The longest serving member of the team was 12 years and between the entire team they had in total 61 years of monitoring CCTV in Hackney. This was a significant factor in the excellent reputation that Hackney has with other local authorities, the Home Office and various Police forces including the Metropolitan Police Service who were the Council’s main partner in relation to community safety and crime reduction;

 

Five options had been outlined in the report:

 

1. Insource and cease licensable activity, to remove the need for licensing;

2. Insource and obtain 'non front line' Security Industry Authority

(SIA) licences for all suitable staff and Councillors. This would be required to comply with information management law;

3. Let a new ‘out-sourced’ contract using similar terms and

conditions for staff to the existing contract;

4. Let a new ‘out-sourced’ contract using enhanced terms and

conditions for staff, bringing their terms and conditions in line as much as possible with Council staff;

5. To set up an independent trading company to undertake the PSS monitoring service.

 

·  All five options were carefully considered and option 3 was identified as the preferred option

·  Currently the existing contract had met its initial contractual objectives and was very successful. It had made a dramatic contribution to the safety and security of the residents of Hackney and the Council were satisfied with the service that had been provided;

·  In a strategic context the Mayoral aim of the prioritisation of  the quality of life in the borough by making streets safer was addressed by PSS Monitoring;

·  Cameras were also monitored by some social landlords, Homerton Hospital, London Property Services as well as the Housing Service. These were all stakeholders in the service;

·  All external cameras were recharged to the service, which makes a significant financial contribution to the overall running of the service and the network of cameras;

·  A benchmarking exercise was undertaken comparing Hackney’s service with those of four other London boroughs. Hackney’s existing arrangement was found to be competitive on cost.

 

8.2  The Chair questioned the benchmarking exercise that had been undertaken. It was noticeable that three out of the four  ...  view the full minutes text for item 8.

9.

FCR S047 SELECTION OF A CONTRACTOR FOR THE CONSTRUCTION OF PRIMARY CARE SURGERIES AT: LAND TO REAR OF 2-28 BELFAST ROAD, N16 THE PORTICO, 34 LINSCOTT ROAD, E5 CONTRACT APPROVAL pdf icon PDF 112 KB

Additional documents:

Decision:

 

RESOLVED:

 

That the Cabinet Procurement and Insourcing Committee:

 

Agreed to delegate the approval of the Contract Award for the construction of a primary care surgery at land to rear of 2-28 Belfast Road, N16 and The Portico, 34 Linscott Road, E5 to the Group Director of Finance and Corporate Resources in consultation with the Mayor and Director of Strategic Property Services, and authorise the Director of Legal & Governance to agree and enter into all necessary legal documentation in connection with such contract award.

 

Agreed to require the Director of Strategic Property Services to submit the Cabinet Procurement and Insourcing Committee an updated Contract Award Report to the next available committee meeting after approval of the Contract Award by the Group Director of Finance and Corporate Resources.

 

The Committee noted the agreed appendix.

 

REASONS FOR DECISION:

 

This report outlines the progress made by the team in procuring a principal contractor to construct two new primary care surgeries on each site (please see section 4.5 for more details) including reporting on the Standard Selection Questionnaire (SQ) outcomes. It also sets out the reasons behind our recommendation that the committee delegates to The Group Director Finance and Resources in consultation with the Mayor and Director of Strategic Property the construction contract award. With a requirement that the Director of Strategic Property will provide an updated Award Report to the next available Cabinet Procurement and Insourcing Committee meeting.

 

The business case for the two primary care capital projects, construction phase was considered and approved at Cabinet Procurement Committee in December 2020. In the Primary Care Capital Projects; Project Board highlight reports the team have consistently flagged a risk around the 2 - 2.5 month reporting period of taking the contract award going back to CPIC (formally CPC) post tender assessment. This is seen as a risk to the project programme already significantly impacted by planning delays and cost as the Council’s professional team and the recommended contractor are unable to progress the projects whilst the CPIC Contract Award report is prepared and then goes through governance before review by the committee.

 

Furthermore, in the current construction market, we are seeing almost unprecedented cost inflation and uncertainty with contractors being in a position to ‘pick and choose’ projects. The bidders have been requested to hold their prices for 12 weeks in the tender however as we are expecting a negotiation period the tender prices will not hold before the CPIC contract award can be approved. As a consequence of the delay in the current construction cost environment our expectation is that  the price tendered may increase. Bidders to ensure that pricing is competitive are understandably unprepared to take on any price risk until they have a contract award. We therefore consider that the CPIC award approval timescales as a further risk to the projects costs and securing the preferred tenderer.

 

Our chosen procurement method gives the team the option to negotiate with the tenderers. This was seen as a sensible approach in the current market  ...  view the full decision text for item 9.

Minutes:

9.1  The Senior Surveyor introduced the report highlighting the following points:

·  The report was unusual in that it was asking the Committee to agree to the delegation of the final contract to award the winning tenderer for reasons of timeliness and in the current construction market;

·  The construction market was currently experiencing a period of extensive cost inflation and the report requested that the decision to delegate so that the Council can be more flexible and capture the tender returns and the fixed costs set out in those returns;

·  The report also contained an update on the Selection Questionnaire (SQ) stage and the results of that work that had been undertaken;

·  The report contained two recommendations:

1.  Agree to delegate the approval of the Contract Award for the

construction of a primary care surgery at land to rear of 2-28 Belfast Road, N16 and The Portico, 34 Linscott Road, E5 to the Group Director of Finance and Corporate Resources in consultation with the Mayor and Director of Strategic Property Services, and authorise the Director of Legal & Governance to agree and enter into all necessary legal documentation in connection with such contract award;

2.  To require the Director of Strategic Property Services to submit to the Cabinet Procurement and Insourcing Committee an updated Contract Award Report to the next available committee meeting after approval of the Contract Award by the Group Director of Finance and Corporate Resources.

 

9.2  Councillor Kennedy commented that he had been involved with the process from the start and he raised concerns about the speed of the process and how it did not fit in with the timelines of the Council’s meeting papers approval processes.

 

9.3  The Senior Surveyor replied that the Council was operating in a climate currently  experiencing the effects of Brexit and the pandemic. He added that he was unable to comment on Council policy but in terms of the report it was a live issue and how long the current circumstances would last was difficult to determine.

 

9.4  The Head of Procurement concurred that it was a difficult situation. The governance processes set by the Council for reports stipulated that they had to be submitted two to three weeks ahead of CPIC meetings. In terms of the construction market, the Head of Procurement stated that in regards to the report it was a unique procurement. The processes being used and then aligning them with the timing with the reports for the CPIC was a challenge for this particular project.

 

9.5  Councillor Woodley commented that she understood that currently it was a sellers market but she was seeking reassurances about the KPIs, as one of the sites was in her ward.

 

9.6  The Senior Surveyor replied that his team was working closely with the Inclusive Economy Team and the Employment Skills template was part of the documentation. The Senior Surveyor stated there was a requirement for all bidders to complete that form and to comply with the policy.

 

9.7  The Chair sought clarification on  ...  view the full minutes text for item 9.

10.

FCR S050 Variable Data Print reprocurement pdf icon PDF 111 KB

Decision:

 

RESOLVED:

 

That the Cabinet Procurement and Insourcing Committee:

 

Agreed to approve the award of a 4-year contract, via the Crown Commercial Services framework RM6017 for Postal Goods, Services and Solutions (Lot 7: Hybrid Mail, Digital And Transformational Communications) to ‘Supplier A’ for the estimated contract value of up to £3.5M.

 

REASONS FOR DECISION/OPTIONS APPRAISAL

 

The Council continues to have a requirement for these additional specialist print services and with the current contract having expired in March 2020, there is a need to reprocure via an appropriate framework. This contract will be a call off contract that enables a wide range of council services to use the contract when needed and when appropriate. The contract award does not commit the council to any spend for printing, notwithstanding any potential set up costs that could be charged by a new supplier as part of their commercial bid.

 

These specialist print services form part of our overall communications with residents In recent years alternative avenues of communicating with residents have been explored and introduced, for example we are also making use of Gov.Notify built into new digital services to send bulk emails/SMS messages and letters to residents. The proposed future approach is to continue to use an effective mix of our in-house print, the Gov.Notify service and the external variable data print contract which is detailed in this paper to meet the Council's varied written communication needs with the residents and local businesses.

 

This report therefore seeks authorisation to award this contract, which does not guarantee specific volumes of work to the supplier, in order to enable the Council’s services to competitively meet increases in demand for variable print services and support the communications strategies of the Council and its departments in a way that is also aligned to the Council’s sustainability values ands meet the high standards of performance required by the Council.

 

In arriving at this recommendation the following options were considered: (a) do nothing, (b) in-source service provision, (c) call-off services from existing framework agreements.

 

Do nothing: This option is not available to the Council as there is an ongoing  requirement for the service which we cannot meet in house and the existing contract has expired. Doing nothing places an ongoing risk to the Council and the areas who require this work as there is no formal contract in place.

 

 

Insourcing: Providing the Service in-House is not cost effective due to the costs of investment needed into the Print Unit for the required specialist equipment and personnel, to be able to provide the range of services needed. It is also anticipated that the need for these services will reduce over the life of the contract (as described above in a strategic context) and therefore investment in specialist equipment would bring diminishing returns.

 

The preferred option is to proceed via a further competition to be undertaken via the Crown Commercial services frameworks RM6017 for Postal Goods, Services and Solutions (Lot 7: Hybrid Mail, Digital And Transformational Communications).

 

The preferred option ensures  ...  view the full decision text for item 10.

Minutes:

10.1  The Head of Delivery, introduced the report highlighting the following points:

 

·  There was one recommendation in the report:

 

Cabinet Procurement and Insourcing Committee (CIPC) was recommended to approve the award of a 4-year contract, via the Crown Commercial Services framework RM6017 for Postal Goods, Services and Solutions (Lot 7: Hybrid Mail, Digital And Transformational Communications) to ‘Supplier A’ for the estimated contract value of upto £3.5M;

 

·  The contract was for where the Council’s in-house print service did not have the specialist print equipment needed to do some work at short notice at high volume;

·  It was intended to enhance the in-house print service not replace it;

·  The incumbent supplier had won the tender so there was no change in supplier ;

·  The current supplier was based in E16, so travel time was reduced and all their vans were electric. There were  clear KPIs for reducing and recycling paper use. Also as part of their bid the current supplier had also outlined their use of green energy;

·  The current supplier had also made a commitment to all their employees being paid at least the London Living Wage and to recruit locally in London and in particular Newham where the business was located. The Council was also asking for them to make further commitments around apprenticeships in the contract implementation.

 

10.2  Councillor Woodley raised a question about fluctuating costs and the unpredictability of print costs increasing and if there was anything the Council could do to control paper costs.

 

10.3  The Head of Delivery replied that the use of the greenest paper possible was already included in the contract and the Council would be unlikely to store large amounts of paper on Council premises.

 

10.4   The ICT Contract Officer stated that certain Council services already bulked buy paper ahead of time and were storing some paper on site.

 

10.5  The Head of Delivery commented that where possible, work was being undertaken with Council Services to reduce paper use and to digitise their services. Considering the experience of local residents, the Council was seeking to reduce the spend of the contract over the four years as the Council changed the way it provides those services to residents.

 

10.6  The Chair raised a question about the sustainability and financial ramifications for the contract.

 

10.7  The Head of Delivery replied that, as part of the contract implementation, the Council wanted further commitments from the supplier regarding their use of apprenticeships. As mentioned, the provider had already begun to recruit locally as well as thinking about local training but the Council would like them to go further.

 

10.8  The Chair thought it would be helpful if the Committee could know what the service had asked for and what had actually been received.

 

10.9  Deputy Mayor Bramble raised a question about the amount of investment that the Council had put into outsourcing  and how this compared to if the service had been insourced instead.

 

10.10 The Head of Delivery replied that one of the steps the  ...  view the full minutes text for item 10.

11.

ANY OTHER UNRESTRICTED BUSINESS THE CHAIR CONSIDERS TO BE URGENT

Decision:

There was no other urgent business to consider.

Minutes:

11.1  There was no other urgent business to consider.

12.

DATE OF FUTURE MEETINGS

Meetings will be held at 5.00pm on:

 

14 FEBRUARY 2022

7 MARCH 2022

11 APRIL 2022

 

Decision:

The Committee noted the dates of future meetings.

Minutes:

2022

 

14 February, 7 March and 11 April.

13.

EXCLUSION OF THE PUBLIC AND PRESS

Note from the Governance Services Manager

 

Item(s) X & X allows for the consideration of exempt information in relation to items  respectively.

 

Proposed resolution:

 

THAT the press and public be excluded from the proceedings of the Cabinet Procurement Committee during consideration of Exempt items x-x on the agenda on the grounds that it is likely, in the view of the nature of the business to be transacted, that were members of the public to be present, there would be disclosure of exempt information as defined in paragraph 3 of Schedule 12A to the Local Government Act 1972 as amended.

Decision:

RESOLVED:

 

That the Cabinet Procurement and Insourcing Committee noted exempt items 14, 15 and 16.

14.

FCR S046 Public Space Surveillance (PSS) Monitoring contract - EXEMPT APPENDICES A-E

15.

FCR S047 SELECTION OF A CONTRACTOR FOR THE CONSTRUCTION OF PRIMARY CARE SURGERIES AT: LAND TO REAR OF 2-28 BELFAST ROAD, N16 THE PORTICO, 34 LINSCOTT ROAD, E5 CONTRACT APPROVAL - EXEMPT APPENDICES 1-2

16.

FCR S050 Variable Data Print reprocurement - EXEMPT APPENDIX A

17.

ANY OTHER EXEMPT BUSINESS THE CHAIR CONSIDERS TO BE URGENT

Decision:

There was no other exempt business.