Agenda, decisions and minutes

Cabinet Procurement and Insourcing Committee - Monday 4 March 2024 5.00 pm

Venue: Room 102, Hackney Town Hall, Mare Street, London E8 1EA. View directions

Contact: Rabiya Khatun 

Items
No. Item

1.

Apologies for Absence

Minutes:

1.1  Apologies for absence were received on behalf of Cllr Coban.

2.

Declarations of Interest

Members are invited to consider the guidance which accompanies this agenda and make declarations as appropriate.

Minutes:

2.1  There were no declarations of interest

3.

Urgent Business

The Chair will consider the admission of any late items of Urgent Unrestricted Business which will be considered under the agenda item where they appear.

 

Minutes:

3.1  There was no urgent business to consider.

4.

Notice if Intention to Conduct Business in Private and Representations Received

On occasions part of the Cabinet Procurement and Insourcing Committee meeting may 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. This is in accordance with the Local (Executive Arrangements) (Meetings and Access to Information) (England) Regulations 2012 (the “Regulations”),.

 

This agenda contains exempt items as set out following the Exclusion of Press and Public agenda Item.

 

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 and Insourcing 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.

 

 

Minutes:

4.1  There were no representations to consider.

5.

Deputations/Petitions/Questions

At the time of the agenda publication none have been received.

 

Guidance on submitting a question to the Cabinet Procurement and Insourcing Committee can be found at: https://hackney.gov.uk/ask-a-question/#cabinet

 

Minutes:

5.1 There were no deputations, petitions or questions to consider.

6.

Unrestricted Minutes of the Cabinet Procurement and Insourcing Committee held on pdf icon PDF 92 KB

To confirm the unrestricted minutes of the previous meeting of Cabinet Procurement and Insourcing Committee (CPIC) held on 5 February 2024.

Additional documents:

Minutes:

6.1  Members considered the previous unrestricted minutes of the Cabinet

Procurement and Insourcing Committee held on 5 February 2024.

 

RESOLVED

That the unrestricted minutes of the Cabinet Procurement and Insourcing

Committee held on 5 February 2024 be agreed as a true and accurate record of the proceedings.

7.

AHI S248 School Based Health Service for City and Hackney - Contract Award pdf icon PDF 178 KB

Additional documents:

Decision:

RESOLVED:

That the Cabinet Procurement & Insourcing Committee agrees an award of the City and Hackney School Based Health Service contract to Provider A for a period of up to five years (3+1+1) from the 1st of September 2024. The total value of the contract will be a maximum of £7,300,000 (an average of £1,460,000 per year).

 

Reason(s) For Decision

 

5.1. The SBHS is available to all children and young people aged 5-19 attending state-maintained settings in Hackney and the City of London. There are currently 58 state-maintained primary schools, 16

state-maintained secondary schools, three special schools, a

state-maintained ‘pupil referral unit’, and one alternative provision-free

school. There is currently one state-maintained primary school in the City

of London.

 

5.2. The SBHS was last procured in 2018. Since then, there has been a

steady decline in the number of SCPHN-trained nurses, and consequently,

numbers have reduced significantly. Additionally, a high proportion of

nurses are nearing or close to retirement age. Alongside this decrease in

the specialist workforce, there has been an increase in the demand for

school nursing services, such as safeguarding services and support for

CYP with SEND. A range of factors drive this increase in demand,

including the COVID-19 pandemic, a sustained period of austerity, and the

current cost of living crisis.

 

5.3. The number of children requiring school places in the borough and the

City of London is reducing. However, the number of children attending

school with potentially complex health needs is increasing. This is due to

the implementation of a phased expansion of school places for children

with SEND. The current service specification includes a dedicated

specialist nursing service for CYP in special schools and a requirement for

public health-trained nurses to support CYP's holistic and clinical needs,

with SEND attending all state-maintained schools. This approach is

problematic as it is inflexible to the changing needs of the children and

young people within each school (which may increase or decrease over

time), and it does not account for schools opening or closing. Additionally,

there are concerns that children with complex health needs in special

schools do not receive support from the appropriate health professional

and through appropriate commissioning arrangements.

 

5.4. Government guidelines for the HCP were updated in 2021. The service

was redesigned to align with the most up-to-date guidelines and to be

responsive to the population's health needs and the changing context

described. The redesign also aims to redistribute the resources of the

SBHS to enable focus on delivering universal and targeted interventions

that seek to improve health and reduce health inequalities for all

school-age children in maintained settings.

 

5.5. The redesign of the SBHS also aims to improve communication and

collaboration between the service, parents, school personnel and

school-age children. Digitising elements of service delivery and

streamlining processes will increase contact and provide additional

opportunities for preventative and health-promoting interventions, enabling

public health nurses to identify needs early and influence behaviour

change. The changes to be introduced with the new service design will

also aim  ...  view the full decision text for item 7.

Minutes:

7.1  Carolyn Sharpe, Consultant in Public Health introduced the report seeking approval for an award of the City and Hackney School Based Health Service (SBHS) contract to Provider A for a period of up to five years from September 2024 for a total maximum contract value of £7.3m.  The service redesign and recommissioning of the City and Hackney School Based Health Service would help ensure that Hackney Council and the Corporation of London continued to fulfil its legal obligation of providing public health services for school-age children,  bring the service in line with the most up to date guideline for the national based The Healthy Child Programme (HPC), and children's health needs would be effectively addressed by the most suitable healthcare practitioners as identified through the consultation undertaken with local partners and the Joint Strategic Needs Assessment.

 

7.2  Following the introduction, Members of the Committee asked questions which were responded to as follows:

 

·  With regard to how other health system partners would be held to account for providing the additional health resources to support the children in schools, it was stated that despite the drop in the number of students and no reduction in spending, the inflexibility of the previous contract meant that school nurses were providing support for young people in special schools when they did not have the full capacity or appropriate training to meet the full breadth of complex needs. Some of the support needed should have been provided by appropriate healthcare professionals within the NHS and Children's Community Nursing Teams.  An external partner and the current provider had undertaken audits of the health needs of children in special schools and clear recommendations were now set out on the appropriate professions to meet the young people's health needs. Ongoing conversations were being held with the NHS to ensure there were no commissioning or provider gaps and therefore no breaks in continuity of care.

·  It was emphasised that the sustainability element of the contract was strong.

·  In terms of taking a broader strategic approach of the school nursing service following various crisis and in particular the impact of the housing crisis on health and wellbeing, it was clarified that the neigbourhood configuration would allow a team within the school based health service to operate at a neighbourhood level so that more cover and support could be provided that aligned with health visiting and other partners moving towards working at neighbourhood levels. Working at neighbourhood configuration level would facilitate improvements in the link between school nurses and primary healthcare professionals and importantly more conversations through the Neighbourhood Steering Groups and Children and Family hubs.

·  In response to concerns about the workforce capacity and the ageing cohort of school nurses and mitigating against recruitment challenges, it was emphasised that school nurses would lead in the school based service and a blended mix of skills would be provided at neighbourhood level from the team and other practitioners appropriately trained to deliver support. The provider awarded this contract had extensive experience in  ...  view the full minutes text for item 7.

8.

CHE S306 Procurement of a Design and Build Contractor for the Development of Mixed Tenure Housing at Frampton Park Estate, E9 pdf icon PDF 714 KB

Decision:

RESOLVED:

 

1. Agree to the use of a two-stage tender with a Pre-Construction Services Agreement (PCSA) via the Find a Tender Restricted Procedure, for the selection of a main contractor to deliver a mixed 3 Page 69 housing development of up to 55 new homes on the Frampton Park Estate.

 

2. Delegate authority to the Group Director, Climate Homes and Economy, in consultation with the Group Director of Finance and the Director of Legal, Democratic and Electoral Services to:

 

a) Enter a Pre-Construction Services Agreement (PCSA), which may include but is not limited to work relating to design, value engineering, surveys, utilities, demolition and enabling works.

 

b) Enter a main building contract and if appropriate any preceding or parallel demolition or enabling works contract with the preferred contractor or one or more suitable specialist early works contractors, upon satisfactory completion of the PreConstruction Services Agreement (PCSA stage).

 

c) Should a position representing acceptable performance and/or value for money not be reached by the preferred contractor at any point during or upon conclusion of the Pre Construction Services Agreement (PCSA) stage, to enter into the contracts described at (a) and (b) above, as appropriate, with the reserve bidder appointed during the first stage of the two stage tender.

 

Reasons For Decisions

 

Overview of the Frampton Park Estate project

 

5.1. The Frampton Park project is a mixed tenure housing development that forms part of the Housing Supply Programme. It is located in the Victoria Ward in the London Borough of Hackney. This report outlines the proposed process for procuring a principal build contractor to deliver this new housing, along with associated landscaping and public realm works.

 

5.2. The Council was granted planning permission in June 2022 for the delivery of new homes on two sites. The Frampton Park Community Hall site constitutes Phase 1 of the redevelopment, with the Tradescant House Garages site constituting Phase 2. The locations are shown on the plan below, with the Phase 1 site in green and the Phase 2 site in yellow.

 

5.3. The Frampton Park Community Hall site is located above an existing residential block known as Woolridge Way, and is bounded to the west by Petiver Close and to the east by Well Street. It currently comprises a community hall, garage block and Council cleaning depot. The Council has planning permission to deliver 51 new, mixed tenure homes on this site.

 

5.4. The Tradescant House Garages site is located further to the east, along the unnamed estate road that joins the two sites. This site includes a disused underground parking structure and garages as well as the undercroft of Tradescant House. The Council has planning permission to deliver 18 new homes on this site: five Hidden Homes for social rent within the undercroft of Tradescant House and 13 homes for outright sale in the Bookend Building to be appended to the side of the existing Tullis House.

 

5.5. When the scheme previously went to CPIC in July 2021, the complexity of Phase 2 was  ...  view the full decision text for item 8.

Minutes:

8.1  Angela Jones, Project Manager, Regeneration and Capital Programme Delivery introduced the report seeking approval to commence the procurement process for a principal contractor for the development of mixed tenure housing on the Frampton Park Estate in Victoria Ward.

 

8.2  Following the introduction, Members of the Committee asked questions which the Project Manager Housing Regeneration and Delivery, and Head of Housing Delivery, North (Housing Regeneration and Delivery) responded to as follows:

·  In terms of the liaison with the Tenants' and Residents’ Association (TRA) and Ward Councillors, officers had broadly discussed the scheme including reasons why the Council would now be prioritising the delivery of Phase 1 of the scheme - the Atrium Building - which would be of mixed tenure, constructed on the Frampton Park Community Hall site only.  Officers had discussed with Councillors the background and reasons for the use a two-stage procurement.  This level of detail had not been available to residents since there had been issues reconstituting the new TRA since the last meeting in September 2023 but officers would be attending the next TRA meeting in April 2024 to update residents on the scheme.

·  In response to a question regarding the Council’s commitment to affordable homes, it was explained that to deliver a planning policy compliant tenure mix on this particular site there would be 50% affordable housing including 30% social rented housing. A further challenge politically had been splitting the site and deferring Phase 2, due to a combination of financial viability and building regulatory challenges. Because Phase 2 contained 13 units for sale, the tenure mix for Phase 1 has to be rebalanced to provide a planning compliant tenure mix in its own right.  This has resulted  in a slight reduction in the number of social rented homes in the Atrium Building, but this was necessary for the scheme to be financially viable.

·  The delegated authority being sought within the report was to ensure that the Council could respond quickly to market challenges and minimise the likelihood of delays to the delivery of the programme. If officers had to proceed through the London Borough of Hackney’s governance process this could lead to a 12 weeks delay in entering the contract which could lead to a potential rise in the costs of the contract from the impact of contractors being unable to hold the tendered prices, thereby leading to further delay to the delivery of the homes. In addition, the reason for having a reserve bidder appointed as part of the Pre-Construction Services Agreement was to retain some level of competitiveness and ensure that the contractor offered the Council the most competitive and affordable prices. It was indicated that an update on progress with regards to procuring a main contractor could be provided, for information, at a future meeting.

 

ACTION: The Project Manager of Housing Regeneration and Delivery to provide an update at a future meeting on the progress of the project at the end of the PCSA stage, for information.

 

RESOLVED:

 

1. Agree to  ...  view the full minutes text for item 8.

9.

CHE S307 Procurement of a Design and Build Contractor for the Development of Affordable Housing at Pedro Street E5 pdf icon PDF 215 KB

Decision:

RESOLVED:

 

1. Agree to the procurement of a two-stage design and build contract with a Pre-Construction Services Agreement (PCSA) via the Find a Tender service using a Restricted Procedure, for the selection of a main contractor to deliver a housing regeneration scheme of up to 26 new homes in the Kings Park Ward. The exact number of homes to be delivered may change as a result of the design development exercise.

 

2. Delegate authority to the Group Director - Climate, Homes and Economy, in consultation with the Group Director of Finance and the Director of Legal, Democratic and Electoral Services to:

 

a) Enter a Pre Construction Services Agreement (PCSA), which may include but is not limited to work relating to design, value engineering, surveys, utilities, demolition and enabling works.

 

b) Enter a main building contract and if appropriate any preceding or parallel demolition or enabling works contract with the preferred contractor or one or more suitable specialist early works contractors, upon satisfactory completion of the Pre Construction Services Agreement (PCSA stage), or equally;

 

c) Should a position representing acceptable performance and/or value for money not be reached with the preferred contractor at any point during or upon conclusion of the Pre Construction Services Agreement (PCSA) stage, to enter into the contracts described at (a) and (b) above, as appropriate, with the reserve bidder appointed during the first stage of the two stage tender.

 

Reasons For Decision

 

5.1  The Pedro Street site is within the Clapton Park Estate, at the junction of Pedro Street and Rushmore Road. This was the site of an estate boiler house, which was decommissioned over 30 years ago. Pedro Street is one of a number of sites that form the Housing Supply Programme (HSP) within the Housing Regeneration and Delivery (HR&D) service. The programme is currently building new homes across the borough on underused brownfield land within existing housing estates.

 

5.2  In approving the programme, Cabinet agreed to a ‘portfolio’ as opposed to a site-by-site approach to financial viability and planning compliance. This approach enables the Council to combine the development of schemes which require a net investment with those that have the potential to generate a surplus. The new affordable homes at Pedro Street will contribute to the Council’s target to build over 3,000 new homes for social rent, shared ownership and outright sale. The cost of these affordable homes will be subsidised by homes for outright sale on other sites within the HSP. This portfolio approach to tenure across the programme has been approved by the Local Planning Authority via an overarching Unilateral Undertaking for the programme.

 

5.3  The original Pedro Street project, designed by Ash Sakula Architects, comprised 26 new homes; 13 homes for social rent and 13 for shared ownership. The project team secured planning permission (Planning Reference: 2017/3512) in 2017 and a Unilateral Undertaking was signed in August 2018. The scheme is 100% affordable, and as such Pedro Street has always been a ‘deficit’ scheme, requiring cross-subsidy from other schemes  ...  view the full decision text for item 9.

Minutes:

9.1  Bronwen Thomas, Project Manager of Housing Regeneration and Delivery introduced the report seeking approval to commence the procurement process for a principal contractor for the development of up to 26 homes for affordable housing within the Clapton Park Estate at Pedro Street. The contract signed in 2020 had been terminated following the discovery of extensive land contamination and rising inflation in 2021 after the decontamination works had been completed.  The Pre-Construction Services Agreement (PCSA) approach had been proposed due to the revised building regulations and impact of high inflation on materials and labour. The contract design team would work on the revised designs and towards contract value.

 

9.2  Following the introduction, Members of the Committee asked questions which were responded to as follows:

 

·  With regard to the impact of the new and emerging Building Regulations , it was stated that it was likely that four units would be lost in order to comply with the revised building regulations that required two stairways for buildings above six floors. An internal options appraisal had been undertaken but needed to be tested by the technical team. The PCSA approach had been taken for other projects and was deemed the most appropriate approach in order to bring forward a compliant and cost efficient scheme of the appropriate cost and value.

·  The local Councillors and residents had been updated on the scheme and the project had been received positively at the Clapton Park Management Organisation meeting, the previous week and workshops and community events had been organised and further events were being organised with other departments and agencies.

 

ACTION: The Project Manager of Housing Regeneration and Delivery to provide an update at a future meeting on the progress of the project at the end of the PCSA stage, for information.

 

RESOLVED:

 

1. Agree to the procurement of a two-stage design and build contract with a Pre-Construction Services Agreement (PCSA) via the Find a Tender service using a Restricted Procedure, for the selection of a main contractor to deliver a housing regeneration scheme of up to 26 new homes in the Kings Park Ward. The exact number of homes to be delivered may change as a result of the design development exercise.

 

2. Delegate authority to the Group Director - Climate, Homes and Economy, in consultation with the Group Director of Finance and the Director of Legal, Democratic and Electoral Services to:

 

a) Enter a Pre Construction Services Agreement (PCSA), which may include but is not limited to work relating to design, value engineering, surveys, utilities, demolition and enabling works.

 

b) Enter a main building contract and if appropriate any preceding or parallel demolition or enabling works contract with the preferred contractor or one or more suitable specialist early works contractors, upon satisfactory completion of the Pre Construction Services Agreement (PCSA stage), or equally;

 

c) Should a position representing acceptable performance and/or value for money not be reached with the preferred contractor at any point during or upon conclusion of the Pre Construction Services Agreement  ...  view the full minutes text for item 9.

10.

CHE S314 General Buildings Contract 1 for Area Surveying Managers (ASM) (General Exception) pdf icon PDF 166 KB

Decision:

RESOLVED:

 

a) approve the award of Contract 1A for General Building Works - Area Surveying Managers, to Bidder A for an initial term of four (4) years General Buildings Contract 1 for Area Surveying Managers (ASM) - Award Report Page 128 with the option to extend for two (2) years and a further option to extend for an additional two (2) years.

 

b) approve the award of Contract 1B for General Building Works - Area Surveying Managers, to Bidder B for an initial term of four (4) years with the option to extend for two (2) years and a further option to extend for an additional two (2) years.

 

Reason(s) For Decision

 

This report outlines the process that has been followed to identify preferred contractors for the General Building Contract 1. 

 

The business case for CPIC was written due to the incumbent contractor  failing to deliver general building works satisfactorily across building maintenance.

The approach taken is to appoint 4 different contractors; two contractors on General Building Contract 1 and two contractors on General Building Contract 2. This award report is for General Building Contract 1 only. This will provide the contingency of having more than one contractor in the case of one failing. Also, with more than one contractor servicing the contract, it allowed for increased competition during the tendering process. This ensures that London Borough of Hackney received bids taking into account value for money in relation to cost, quality of works/ delivery and sustainability.

 

The principle works which fall under this commission include but are not limited to:

·  Reactive Repairs

·  Voids

·  Legal Disrepair

·  Electrical works & scaffolding in association with above.

 

The contract duration is four years, with the option to extend twice by two yearly increments, totalling eight years. The combined contract value per year is approximately £6M, totalling £48M over the 8 year duration.

 

This contract is split into two, Contract 1A and Contract 1B. Contract 1A comprises approximately £3.6M per year with 60% of the works allocation. Contract 1B comprises approximately £2.4M per year with  40% of the works allocation. The allocation corresponds to a borough wide split between North and South of Hackney.

 

A separate tender exercise is being conducted for the general building contractor 2 to undertake works in support of the Direct Labour Organisation (DLO).

 

It is proposed that the Council will enter into a JCT Measured Term Contract 2016 with Hackney Council amendments utilising the National Housing Federation (NHF) v7.2 Schedule of Rates. Supporting documents will include the Council requirements, preliminaries  and specification. This is proposed for Bidder A and Bidder B.

 

Core requirements in accordance with the Council's goals in relation to sustainability and social value have been included in depth within the quality section of the procurement. This is to support the Council's target of reaching net zero, ensuring all the bidders offer the London living wage to all employees and provide opportunities for individuals within the borough. More information is available in Section 8.

 

Alternative Options (Considered  ...  view the full decision text for item 10.

Minutes:

10.1  David Lovell, Chief Estimator and Technical Officer introduced the report which was presented following a Public Contracts Regulation 2015 compliant tender exercise using the Councils e-tender portal ProContract. As a result of the incumbent contractor failing to deliver general building works satisfactorily across building maintenance, this proposal would ensure the key elements of sustainability and social values were evaluated and also the tendered costs. The process followed to identify preferred contractors for the General Building Contract 1 was briefly outlined.

 

10.2  This contract would be for a duration of 8 years (4+2+2) for a value of more than £48m and was expected to provide remedial works and maintenance to the Council’s existing housing stock.  It consisted of two separate contract awards to 2 contractors with a 60 and 40 percentage work allocation split across the borough.  Contractor 1A was Circa 15 to 20% lower than the cost of the current interim arrangement.

 

10.3  Following the introduction, Members of the Committee asked questions which were responded to as follows:

 

·  In relation to the contract management arrangements in particular quality checks, it was emphasised that within the KPI target the Council’s post inspection team would carry out 10% random sampling of all completed works and the inspectors undertaking the contractors own completed works would be independent of the contractors.

·  With regard to improving the quality of work from staff transferred under TUPE from the previous contractor, it was stated that under the quality assurance regime the contactors would be expected to provide as part of their contract the records of job completions, sign offs and photographic evidence as well as the Council monitoring those records as part of the KPIs.

·  The team would work in conjunction with the Procurement Team to ensure that the sustainability element of the contract was captured in terms of specific KPIs and monitoring performance in relation to sustainability.

 

ACTION: The Chief Estimator and Technical Officer to provide an update on the KPIs and outcomes.

 

RESOLVED:

 

a) approve the award of Contract 1A for General Building Works - Area Surveying Managers, to Bidder A for an initial term of four (4) years General Buildings Contract 1 for Area Surveying Managers (ASM) - Award Report Page 128 with the option to extend for two (2) years and a further option to extend for an additional two (2) years.

 

b) approve the award of Contract 1B for General Building Works - Area Surveying Managers, to Bidder B for an initial term of four (4) years with the option to extend for two (2) years and a further option to extend for an additional two (2) years.

 

The Notice of Decisions sets out the decision taken, reasons for the decision and alternative options considered.

 

 

11.

F S298 e5 Cedar Financial System Reprocurement pdf icon PDF 122 KB

Decision:

RESOLVED:

 

To authorise  the award of a 5 year contract with a total value of  £2,746,129 for the provision of hosting and maintenance of the e5 financial system and associated applications and services via the Crown Commercial Services framework RM6194.

 

Reason(s) For Decision / Options Appraisal

 

5.1 The Council uses the e5 platform (known locally as Cedar) and its associated applications as its core Financial System. The applications provide the basis for ensuring accurate budget monitoring, prompt collection of sundry income, payment of suppliers and correct accounting processes. It is important that we have the right systems and robust support services in place to ensure continuous reliability and availability to meet the Council’s needs and also to plan for future growth and development of the system.

 

5.2  The current contract for the hosting and management of the e5 application and associated functions with the Incumbent supplier expires on 31 March 2024. There is no provision for an extension of the current contract and therefore a new contract is required to ensure continuity of service of the financial system and associate functions.

 

5.3  The Council has used various versions of the e5 platform which has been extensively developed by the vendor both in terms of functionality and underlying technology. Hackney has made a significant financial and resource investment to ensure the application delivers on our core needs and priorities. During the current contract we have upgraded to version 5.6 which gives us the ability to access the system securely over the internet and removes the reliance on the Hackney infrastructure. We have implemented Version 1 software that integrates with e5 to view embedded pdf versions of all documents produced by the system e.g. PO’s, Invoices, remittances and statements. This has enabled users to directly access these documents from within the e5 system, whereas previously they used a convoluted process that would take a few days to deliver the documents. In addition, Fiscal was also deployed as a forensic / antifraud detection tool. This benefits the Council by detecting duplicate payments made to suppliers and any potential fraudulent payments in the system. By working with the software vendor we have helped them further develop the application, and many of the enhancements that were originally bespoke to Hackney have now become part of the core product.

 

5.3  e5 has proved to be resilient and reliable both in terms of its data integrity and system availability which is currently at 99.7%.

 

5.4  In 2020 the Council contracted to migrate from another hosting provider (Daisy) to the Incumbent supplier and also to upgrade the e5 platform to the latest version. The migration from Daisy to the Incumbent supplier was based on financial savings of circa £1M. The upgrade was delayed due to the Covid19 pandemic and the Cyber Attack, and went live with the Incumbent supplier in 2021. The benefits of this investment have only been realised over the last two years and they would continue to be realised in the new contract.

 

5.5  ...  view the full decision text for item 11.

Minutes:

 

11.1  Sabhia Malik, Head of Legacy Systems introduced the report seeking approval for the award of a 5-year contract to continue using the Council’s current financial system and hosting provider. This was a direct award using Crown Commercial Service Framework RM6194.

 

11.2  Following the introduction, Members of the Committee asked questions which were responded to as follows:

 

·  With regard to whether the 5 year contract was value for money?, it was stated that the Council had been realising the benefits of the present incumbent supplier which had been providing a secure robust service at 99.7% of availability and the Council maintained a positive relationship and experience. Due to the delay in migration t?here had been insufficient time to look for alternative suppliers in the market and also to avoid the disruption of having to migrate to a new supplier?.  The contract length 5+1+1 had been ?bound by the framework ?but the supplier ha?d offered a discount? which ?had equate?d to 4.75% if ?the Council agreed to sign for five years. The contract commitment would allow the Council to complete a discovery? exercise within the next two years and undertake a robust review of ?the financial and business requirements to assess if any changes were necessary to the solutions or supplier.  In addition, there would be a structured set of KPIs and performance monitoring and set of service credits if the supplier fell short of their availability or performance that the Council could claw back through the monthly hosting charges.

·  In terms of the benefits for the Council, it was said that in preparation of the expiry of the contract the Council had managed t?o negotiate a reduction in the ?K?PIs going? forward.

·  In terms of social benefits of the contract for the residents of Hackney, it was emphasised that the supplier was offering an extra 300 free places for English and Math classes each year of the contract through the BKSB process, which would be managed by the Curriculum Support Team, the Curriculum Managers and teachers in the Employment Skills and Adult Learning Service.

 

RESOLVED:

 

To authorise the award of a 5 year contract with a total value of  £2,746,129 for the provision of hosting and maintenance of the e5 financial system and associated applications and services via the Crown Commercial Services framework RM6194.

 

The Decision Notice sets out the decision, the reasons for the decision and alternative options considered.

12.

Exclusion of the Public and Press

Note from the Governance Team Leader:

 

Agenda Item(s) XX - XX allows for the consideration of exempt information.

 

Proposed Resolution:

 

That the press and public be excluded during discussion of the remaining items on the agenda, on the grounds that they involve the likely disclosure of exempt information as defined in those paragraphs of Part 1 of Schedule 12A of the Local Government Act 1972.

 

Minutes:

RESOLVED:

THAT the press and public be excluded from the proceedings of the Cabinet Procurement Insourcing Committee during consideration of Exempt items 13- 18 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.

13.

Urgent Exempt Business

The Chair will consider the admission of any late items of Urgent Exempt Business

Minutes:

13.1 There was no urgent business to consider.

14.

AHI S248 School Based Health Service for City and Hackney - Contract Award (Exempt Appendices)

Minutes:

14.1 The exempt appendices relating to item 7 were noted.

15.

CHE S306 Procurement of a Design and Build Contractor for the Development of Mixed Tenure Housing at Frampton Park Estate, E9 (Exempt Appendices)

Minutes:

15.1 The exempt appendices relating to item 8 were noted.

16.

CHE S307 Procurement of a Design and Build Contractor for the Development of Affordable Housing at Pedro Street E5 (Exempt Appendices)

Minutes:

16.1 The exempt appendices relating to item 9 were noted.

17.

CHE S314 General Buildings Contract 1 for Area Surveying Managers (ASM) (General Exception) (Exempt Appendices)

Minutes:

17.1 The exempt appendices relating to item 10 were noted.

18.

F S298 e5 Cedar Financial System Reprocurement (Exempt Appendices)

Minutes:

18.1 The exempt appendices relating to item 11 were noted.