Approval to Award a Concession Agreement for Enforcement Agencies for the collection of unpaid Penalty Charge Notices, Council Tax and Business Rates (Rob Owen)
August 18, 2025 Key decision Awaiting outcome View on council websiteFull council record
Content
Salford City Council – Record of
Decision
I Councillor Youd, Lead Member
for Finance and Support Services and chairman of the Procurement
Board, accept the recommendation of the Procurement Board and in
exercise of the powers contained within the Council Constitution do
hereby:
·
approve the award of a Concession Agreement for
Enforcement Agencies for the collection of unpaid Penalty Charge
Notices, Council Tax and Business Rates, as detailed in the tables
below:
Detail required
Answers
Title/Description of Contracted
Service/Supply/Project
Concession Agreement for Enforcement
Agencies for the collection of unpaid Penalty Charge
Notices
Procurement Reference numbers (DN and CR
number supplied by Procurement)
S1024
Name of Successful
Contractor
Marston Holding
Supplier Registration Number
(to be supplied by Procurement
04305487
Proclass Classification No.
(to be completed by
procurement)
201600
Type of organisation
(to be supplied by
Procurement)
Private Limited Company
Status of Organisation
(to be supplied by
Procurement)
Non-SME
Contract Value (£)
£0 per annum
Total contract value £ (including
extensions)
£0 total project value
Contract Duration
36 months
Contract Start Date
29/09/2025
Contract End Date
28/09/2028
Optional Extension Period 1
12 months
Optional Extension Period 2
N/A
Who will approve each Extension
Period?
Procurement Board (extension >
£150k)
Contact Officer (Name &
number)
Andy Devine 07717 431738
Lead Service Group
Place
How the contract was procured?
(to be supplied by
procurement)
Further Competition
Framework Details (where
applicable)
(procurement body, framework reference
& title, start/ end date
YPO / Enforcement Agency Services / Ref 1200 /
14-05-24 to 13-05-28
Funding Source
Concession
Ethical Contractor (EC): Mayor’s
Employment Charter
No
EC: Committed to sign The Mayor’s
Employment Charter
Yes
EC: Accredited Living Wage
Employer
No
EC: Committed to becoming Accredited
Living wage Employer
TBC
Detail required
Answers
Title/Description of Contracted
Service/Supply/Project
Concession Agreement for Enforcement
Agencies for the collection of unpaid Penalty Charge
Notices
Procurement Reference numbers (DN and CR
number supplied by Procurement)
S1024
Name of Successful
Contractor
Newlyn plc
Supplier Registration Number
(to be supplied by Procurement
03770985
Proclass Classification No.
(to be completed by
procurement)
201600
Type of organisation
(to be supplied by
Procurement)
Public Limited Company
Status of Organisation
(to be supplied by
Procurement)
Non-SME
Contract Value (£)
£0 per annum
Total contract value £ (including
extensions)
£0 total project value
Contract Duration
36 months
Contract Start Date
29/09/2025
Contract End Date
28/09/2028
Optional Extension Period 1
12 months
Optional Extension Period 2
N/A
Who will approve each Extension
Period?
Procurement Board (extension >
£150k)
Contact Officer (Name &
number)
Andy Devine 07717 431738
Lead Service Group
Place
How the contract was procured?
(to be supplied by
procurement)
Further Competition
Framework Details (where
applicable)
(procurement body, framework reference
& title, start/ end date
YPO / Enforcement Agency Services / Ref 1200 /
14-05-24 to 13-05-28
Funding Source
Concession
Ethical Contractor (EC): Mayor’s
Employment Charter
No
EC: Committed to sign The Mayor’s
Employment Charter
TBC
EC: Accredited Living Wage
Employer
No
EC: Committed to becoming Accredited
Living wage Employer
TBC
Detail
required
Answers
Title/Description of Contracted
Service/Supply/Project
Concession Agreement for Enforcement
Agencies for the collection of unpaid Council Tax and Business
Rates and collection processes for
Housing Benefit Overpayments
Procurement Reference numbers (DN
and CR number supplied by Procurement)
S1024
Name of Successful
Contractor
Bristow & Sutor
Supplier Registration
Number
(to be supplied by
Procurement
01431688
Proclass Classification
No.
(to be completed by
procurement)
201600
Type of
organisation
(to be supplied by
Procurement)
Private Limited
Company
Status of
Organisation
(to be supplied by
Procurement)
Non-SME
Contract Value
(£)
£ 0 per
annum
Total contract value £
(including extensions)
£ 0 total project
value
Contract
Duration
36
months
Contract Start
Date
29/09/2025
Contract End
Date
28/09/2028
Optional Extension Period
1
12 months
Optional Extension Period
2
N/A
Who will approve each Extension
Period?
Procurement Board (extension >
£150k)
Contact Officer (Name &
number)
Sue Virgin 0161 793
3108
Lead Service
Group
Resources and
Transformation
How the contract was
procured?
(to be supplied by
procurement)
Further Competition
Framework Details (where
applicable)
(procurement body, framework
reference & title, start/ end date
YPO / Enforcement Agency Services /
Ref 1200 / 14-05-24 to 13-05-28
Funding
Source
Revenue Budget
Ethical Contractor (EC):
Mayor’s Employment Charter
Yes
EC: Accredited Living Wage
Employer
No
EC: Committed to becoming
Accredited Living wage Employer
TBC
Detail required
Answers
Title/Description of Contracted
Service/Supply/Project
Concession Agreement for Enforcement Agencies for the
collection of unpaid Council Tax and Business Rates and collection processes for Housing Benefit
Overpayments
Procurement Reference numbers (DN and CR
number supplied by Procurement)
S1024
Name of Successful
Contractor
Rundles & Co Ltd
Supplier Registration Number
(to be supplied by Procurement
03231767
Proclass Classification No.
(to be completed by
procurement)
201600
Type of organisation
(to be supplied by
Procurement)
Private Limited Company
Status of Organisation
(to be supplied by
Procurement)
Non-SME
Contract Value (£)
£ 0 per annum
Total contract value £ (including
extensions)
£ 0 total project value
Contract Duration
36 months
Contract Start Date
29/09/2025
Contract End Date
28/09/2028
Optional Extension Period 1
12 months
Optional Extension Period 2
N/A
Who will approve each Extension
Period?
Procurement Board (extension >
£150k)
Contact Officer (Name &
number)
Sue Virgin 0161 793 3108
Lead Service Group
Resources and Transformation
How the contract was procured?
(to be supplied by
procurement)
Further Competition
Framework Details (where
applicable)
(procurement body, framework reference
& title, start/ end date
YPO / Enforcement Agency Services / Ref 1200 /
14-05-24 to 13-05-28
Funding Source
Revenue Budget
Ethical Contractor (EC): Mayor’s
Employment Charter
Yes
EC: Accredited Living Wage
Employer
Yes
The
Reasons are:
Approval to go out to
competition for a Concession Agreement for Enforcement Agencies was
granted by the Procurement Board on 10 February 2025. This
agreement covers the collection of unpaid Council Tax, Business
Rates, and Traffic Enforcement Penalty Charge Notices.
The use of Enforcement Agents is a necessary step in the
Council’s debt recovery process, applied only after all other
avenues—such as payment arrangements, deductions from
earnings or benefits, and support through advice
services—have been exhausted. The agents provide a nationwide
service, which is essential given that many debtors may no longer
reside in the city.
The procurement sought agencies that not only deliver effective
recovery services but also align with Salford’s commitment to
social value, customer care, and support for vulnerable residents.
The service requirement was shaped with input from the Citizens
Advice Bureau, whose involvement helped inform our thinking,
alongside insights from the Poverty Truth.
a)
Traffic Enforcement:
In respect of the
Council’s traffic enforcement functions, Civil Parking and
Bus Lane
Enforcement is
undertaken in the City under the provisions of the Traffic
Management Act, 2004 and Transport Act, 2000. The legislation also
provides a set procedure for recovering outstanding Penalty Charge
Notices (PCNs) from vehicle owners which is different to the
recovery procedures for other debts owed to the Council.
Where a motorist fails
to pay a PCN within the time allowed, a charge certificate
is
ultimately served on
the registered keeper which increases the penalty by fifty
per
cent. The Council
increase this penalty to a maximum of £75.00, £90.00 or
£105.00
depending on the type
of contravention.
Should the penalty
continue to remain unpaid, the Council can register the debt at the
Traffic Enforcement Centre (TEC) which is a unique unit attached to
the County Court Bulk Centre, Northampton. It was established as a
central location for the registering of unpaid PCNs in accordance
with the legislation.
When the penalty
charge has been registered and it remains unpaid or unchallenged,
the TEC can issue authority for a warrant for Execution of Recovery
to be prepared. There is a £10.00 charge or debt registration
fee incurred by the Council which is then added to the outstanding
penalty increasing the debt to £85, £100 or
£115.
The warrant authorises
the recovery of the debt by certificated Enforcement
Agents
who may ultimately
resort to the seizure of property belonging to the registered
keeper, usually the vehicle, which may then be sold to recover the
outstanding amount and the Enforcement Agency charges. There are no
charges incurred by the Council in recovering such monies other
than the debt registration fee which, as stated above, is also
recoverable from the debtor along with the Enforcement Agency
costs.
The employment of
Enforcement Agencies to collect unpaid charges in relation
to
motoring matters is
obviously a sensitive issue. It is necessary that any debt recovery
operation is dealt with professionally and in a fair but firm
manner by any such organisations appointed to act on behalf of the
Council. It therefore follows that such companies should be
experienced in this type of recovery operation.
b)
Council Tax and Business Rates:
Enforcement Agents are
only instructed for the recovery of Council Tax and Non-Domestic
Rates debts after a liability order has been secured through the
Magistrates’ Court. This legal step provides the Council with
several recovery options, with Enforcement Agents only being
considered if all reasonable efforts to secure a payment plan have
been exhausted and no options to apply less intrusive recovery
methods, such as attachments to earnings or benefits, particularly
where financial hardship is identified, have not been
possible.
Throughout the
recovery process, customers are encouraged to engage with the
Council through multiple channels—online self-service forms,
telephone support, the “Back on Track” service, and
in-person assistance at Gateway centres via the BetterOff team. In
addition, streamlined referral pathways with Citizens Advice Bureau
(CAB) and the Welfare Rights and Debt Advice Service (WRDAS) ensure
timely support for those seeking independent advice. Customers are
also assessed for any applicable reductions to minimise financial
strain.
The tender for
enforcement services places high priority on customer-focused
recovery. The specification emphasised ethical engagement, support
for vulnerable residents, and minimising the negative impact of
enforcement. This approach has been shaped in collaboration with
CAB, WRDAS, and insights from the Poverty Truth Commission,
aligning with the Council’s broader commitment to tackling
poverty and inequality.
In line with the
Council Tax Protocol, Enforcement Agents will not be used to
recover debts from residents receiving Council Tax Reduction.
Furthermore, all Enforcement Agent fees are charged to the debtor,
not the Council, ensuring cost-efficiency.
The specification
demands not only technical competence but also alignment with
Salford’s social values. Enforcement Agents must demonstrate
a commitment to respectful engagement, fair treatment of vulnerable
individuals, and transparent, supportive payment
arrangements.
The successful bidders
are the two agencies currently contracted by Salford City Council,
having delivered enforcement services for Council Tax and
Non-Domestic Rates over the past five years. During this period,
both agencies have collaborated closely with council officers to
enhance support for vulnerable residents. This includes the
development of a bespoke referral process, enabling agents to
return cases to the Council where welfare concerns are identified
and additional support may be required.
A key outcome of this
collaboration is the establishment of a unique collections
partnership involving the Council, both enforcement agencies, the
Welfare Rights and Debt Advice Service (WRDAS), and Citizens Advice
Salford. This partnership meets regularly to ensure customer needs
remain central to decision-making and to provide direct access
between advice services and enforcement agents, facilitating better
outcomes for those receiving support.
c)
Income collection:
The table below
illustrates the approximate income received during 2024/25 in
respect of council tax, business rates and traffic enforcement.
Council Tax
£2.9m
Non-Domestic
Rates
£1.2m
Traffic
Enforcement
£296.8K
Total
£4.4m
The income collected
by enforcement agencies for 2024/25 for Traffic Enforcement,
Council Tax and Non-Domestic Rates was under £4.5 million,
with the cost to the Council limited to administrative fees, as
Enforcement Agent charges are recovered from the debtor.
This report now seeks
approval to award the contract, ensuring continuity of service and
alignment with the Council’s values and financial recovery
objectives for the following companies based on a tender process
following the Yorkshire Purchasing Organisation (YPO) established a
Dynamic Purchasing System (DPS) for Enforcement Agencies through
the advertisement in the European Journal and their local e
procurement portal under 2 Lots.
A decision was made to
put each service into their own specific lot which consisted of two
lots as follows:
·
Lot 1 - Bailiff and Enforcement Services for
collection of Council Tax and Business Rates Liability
Orders.
·
Lot 2 – Collection of Unpaid Penalty Charge
Notices.
A total of four enforcement agencies submitted tenders in
respect of Lot 1, Council and
6 agencies submitting
tenders for Lot 2. There is no pricing
element applicable, hence the evaluation is based 85% on quality
and the remaining 15% on Social Value.
This approach ensures that the appointed providers
demonstrate not only operational competence but also a strong
ethical and community-oriented approach.
The evaluation criteria were designed to assess the
following:
·
Support for vulnerable
customers.
·
Ethical enforcement
practices.
·
Community
engagement.
·
Complaint
handling.
·
Sector
leadership.
Lot 1 was evaluated
by a panel of three
managers from the Council Tax team. These individuals represented
different levels of management within the service, ensuring a
balanced and informed assessment. All panel members have extensive
experience in revenue collection and enforcement, and their
collective expertise contributed to a robust and fair evaluation
process.
Lot 2 was evaluated by
a panel of three members from Parking Services, who also have
extensive experience which ensured a robust and fair evaluation
process.
The tables below summarises the outcome of the evaluation.
Only the winning bidders are named in accordance with procurement
best practice.
Lot
1
Name of Bidder
Quality Score (85%)
Social Value Score
(15%)
Total Score
Rank
Bidder 1
31.00%
5.86%
36.86%
4
Bristow and Sutor
79.00%
7.39%
86.39%
2
Bidder 3
62.00%
11.35%
73.35%
3
Rundles & Co Ltd
80.00%
11.40%
91.40%
1
Although there is no direct financial cost to the Council,
the Most Economically Advantageous Tender principle still applies
in terms of achieving the best value through quality and social
outcomes. The holistic value offered by Rundles and Bristow and
Sutor justifies the recommendation.
Lot
2
Name of Bidder
Quality Score (85%)
Social Value Score
(15%)
Total Score
Rank
Bidder 1
59.00%
5.73%
64.73%
6
Bidder 2
76.00%
8.20%
84.20%
4
Bidder 3
73.00%
7.98%
80.98%
5
Marston Holdings Ltd
85.00%
8.57%
93.57%
2
Newlyn Plc
85.00%
10.11%
95.11%
1
Bidder 6
76.00%
11.40%
87.40%
3
In the case of both Lots the
contract will be awarded to the top two highest ranking suppliers.
Cases will be referred to the suppliers on a rotational
basis.
Contract Duration and Extension
Options
The contract will be awarded for an initial period of three
years, with the option to extend for up to one year (i.e. 3+1). The
decision to exercise the extension option will be based on
performance, as well as feedback from service users and community
partners.
Options considered and rejected were:
Due to the nature of
the Enforcement Process there were no other options
considered.
Social
Value
The tenderers were
asked to consider what social value they could deliver to
Salford
in this contract.
Below is a high-level summary of what the successful bidders’
have
proposed to
offer:
Lot
1
·
Deliver tailored employability support in
partnership with Job Centre Plus in Salford.
·
Create new roles for Salford residents, including
roles for long-term unemployed and a young person who isnot in
education, employment, or training
·
Contribute financially to Salford City
Council’s Skills for Business Apprenticeship Fund
·
Deliver employability support and career
talks through school and college visits
in Salford.
·
Deliver support to individuals seeking work in
partnership with Salford Employment Hub
·
Provide student work placements in
Salford.
·
Deliver Equality, Diversity, and Inclusion training
sessions
·
Deliver tailored training workshops to local
Voluntary, Community and Social Enterprise organisations in
Salford
·
Provide refurbished IT equipment to support Salford
City Council’s Digital First initiative,
·
Deliver monthly virtual workshops to support digital
inclusion in Salford
·
Contribute financially to the city of trees
initiative
·
Deliver expert business support to Greater
Manchester Chamber of Commerce
·
Provide financial contribution towards local
community projects in Salford.
Lot
2
·
Prioritise and retain staff from the local area.
Prioritise recruitment within Salford with HR and SV managers
engaging with Salford employment agencies to agree an advertising
programme to promote this.
·
Commit to financing training opportunities for new
Enforcement Agents on this contract via the Chartered Institute of
Credit Management.
·
Funding to employ apprenticeship positions for
Salford residents identifying apprenticeship level/ type to align
with Council priorities.
·
Work with Salford CVS and Neighbourhood Teams to
identify groups/ agree support with individual groups to ensure key
practicalities/ aims are being met.
·
Ensure prioritisation of goods/ services to be
supplied from local suppliers wherever possible over the life of
the contract.
·
Ensure employees on this contract are provided
access to wellbeing programmes to promote positive attitudes/ open
discussion and give practical help ensuring healthy/ happy
teams.
·
Provide equality/ diversity and inclusion training
for staff on this contract raising awareness/ understanding of
issues/ effects of inequality across Salford.
·
Funding made available for locally identified
community health or wellbeing initiatives.
·
Donations or in-kind contributions to locally
identified community projects.
·
Commit to savings in CO2 emissions on this contract
to be achieved through de-carbonisation in line with company Carbon
Neutral/ Net Zero Policies.
·
Reduce the no of miles driven in ICE powered
vehicles and promote green transport policies to increase car miles
driven using low or no emission staff vehicles.
·
Promotion of innovative measures such as delivering
sessions to promote financial management and wellbeing to enable
healthier, safer and more resilient communities.
·
Commit to a number of staff hours spent on providing
support visits to local schools and colleges delivering skills such
as completing job applications and guiding through the recruitment
process.
·
Pledge a number of hours supporting unemployed
people back in to work with delivery of Employability Support
workshops.
·
Provision of expert business advice to VCEs and
MSMEs.
·
Pledge a number of hours volunteering time to
support local community projects such as Salford Food Bank and
Mustard Tree.
·
Pledge new Carbon offset contribution against new
developments from the start of the contract.
·
Pledge innovative measures to promote local skills
and employment with sponsorship of Salford Staff Awards or
community skills awards.
·
Pledge innovative measures to safeguard the
environment via Smart Green Solutions Fund.
All these measures are
quantifiable and will be monitored by both SCC and the
Suppliers.
SV Delivery and
Monitoring Team and will be reported at Client progress
meetings.
Further evidence of SV
input into Salford will also be recorded on the National
TOMS
Framework.
ASSESSMENT OF RISK:
High – If the
agreement is not approved there will be no facility to collect the
outstanding debt.
SOURCE
OF FUNDING:
This is a concession
agreement therefore no funding required.
LEGAL
IMPLICATIONS: Parking Services element
supplied by: The Shared Legal Service
When commissioning
contracts for the provision of goods, services or the execution of
works, the Council must comply with the provisions of the Public
Contracts Regulations 2015 (the Regulations) which require that
contracting authorities treat candidates equally and in a
non-discriminatory way and act in a transparent manner. In
addition, the Council is required to comply with the requirements
of its own Contractual Standing Orders (CSO’s), failing which
the award of a contract may be subject to legal challenge.
CSO’s stipulate that where a suitable framework exists, this
must be used unless there is an auditable reason not to do
so.
The procurement route
followed an invitation to tender by mini competition using the
YPO’s Dynamic Purchasing System (DPS), which is an
electronic system used for purchasing goods, services, or works,
acting like a framework agreement but with the key difference that
suppliers can join at any time.
The Council can comply
with the requirements of the Regulations by carrying out its own
procurement exercise or relying upon another contracting
authority's compliant procurement exercise. In that regard,
contracting authorities may procure goods, works or services
through a ‘central purchasing body’ (and are deemed to
have complied with the Regulations to the extent that the central
purchasing body has). The definition of ‘central purchasing
body’ includes an authority that concludes DPS and framework
agreements for works, goods or services intended for one or more
contracting authorities, here the YPO.
LEGAL
IMPLICATIONS: Council Tax and Business
Rates elements supplied by: The Shared Legal Service
When
commissioning contracts for the procurement of goods, services or
the execution of works, the Council must comply with the
requirements of the Public Contract regulations 2015 (PCR) and its
own Contractual Standing Orders (CSO’s) failing which the
decision may be subject to legal challenge from an aggrieved
provider.
The
new Procurement Act 2023 will come into force 24th February 2025,
however the Yorkshire Purchasing
Organisation’s Enforcement Agency Services framework was let
under the current PCR. Therefore, the PCR will be the relevant
regime for the Council’s enforcement contracts let under this
framework.
This
report confirms that a PCR complaint exercise has now been
undertaken, and preferred bidders have been identified following an
evaluation and scoring process as described above. Once the 10-day
standstill period has expired (assuming the YPO framework
prescribes this, or if the Council has volunteered to do this),
then the Council can proceed to enter into Concession Contracts
with the winning bidders. YPO prescribes the form of contract the
parties are required to enter into.
Legal Services is happy to support with the finalisation and
execution of the contracts.
FINANCIAL
IMPLICATIONS: Parking Services element
submitted 18 July 2025 by:
Martin Anglesey,
Accountant. Martin.anglesey@salford.gov.uk
The engagement of
Enforcement Agencies is a necessary component towards ensuring
optimum collection of unpaid Penalty Charge Notices (PCNs). During
financial year 2024/25, a net total of £300K was recovered (by
Marstons and another) from hitherto outstanding debts relating to
Parking / Bus Lane infringements. A rigorous enforcement policy
encourages higher levels of compliance and contributes to ensuring
road safety throughout the city.
As Enforcement costs
are covered by the respective debtor there is no expenditure
incurred as net PCN income is distributed to the
Council.
FINANCIAL
IMPLICATIONS: Council Tax and Business
Rates element submitted by: Hassan Khan
– Finance Manager 24.7.25
Enforcement agents are
utilised after obtaining a liability order in Magistrates Court. A
liability order issued by the Magistrates Court provides a Local
Authority with a variety of options to recover the amount of debt
owed. One of these options is the use of enforcement agents to
recover unpaid debts. The cost of the enforcement agent is cost
neutral as these costs are borne by the debtor as per
legislation.
Traffic Enforcement
– once the Traffic Enforcement Centre (TEC) issue a warrant
for the Execution of Recovery £10 charge or debt registration
fee is incurred by the council however this is then added to the
outstanding penalty notice, leading to this being cost neutral for
the authority.
PROCUREMENT IMPLICATIONS: Supplied
by: Emma Heyes, Category
Manager
Salford
Council’s Contractual Standing Orders states that when
commissioning good or services, the use of a suitable framework
should be considered unless there is an auditable reason not to do
so.
Yorkshire Purchasing
Organisation (YPO) established a vetted Supplier List for the
provision of Enforcement Agency Services which commenced on
14.05.2024 and expires on 13.05.2028. The framework was procured
under Public Contracts Regulations 2015.
This solution only
allows for a call off contract to be put in place following a
further competition. A further competition was issued using YPOs
Tender Portal to all providers on the Vetted Supplier
List.
The procurement
process outlined earlier in the report complies with the
requirements of Contractual Standing Orders.
Following the
conclusion of the 10-day standstill period, a notice is required to
be published in Contracts Finder.
HR IMPLICATIONS: N/A
CLIMATE CHANGE IMPLICATIONS: Supplied by: Michael Hemmingway,
Principal Officer, Climate Change
The winning bidder has
committed to savings in CO2 emissions on this contract to be
achieved through de-carbonisation in line with company Carbon
Neutral/ Net Zero Policies and to reduce the number of miles driven
in ICE powered vehicles in favour of using low or no emission staff
vehicles and to promote green transport policies.
The following documents have
been used to assist the decision process:
·
Report to Procurement Board on 10th
February 2025
Contact Officers: Sue Virgin
793 3108/ Andy Devine 07717 431738
·
The Lead Member for Planning, Transport and
Sustainable Development has been consulted and is supportive of the
proposed contract.
·
The appropriate Scrutiny Committee to call-in the
decision is the Growth & Prosperity Scrutiny
Committee
Signed: Cllr J
Youd Dated: 18 August
2025.
Lead Member
FOR DEMOCRATIC SERVICES USE
ONLY:
*
This decision was published on 19 August 2025
*
This decision will come in force at 4.00 p.m. on 27 August 2025
unless it is called-in in
accordance with the Decision Making Process Rules.
Related Meeting
Procurement Board - Monday, 18 August 2025 2.00 pm on August 18, 2025
Details
| Decision date | 18 Aug 2025 |
| Subject to call-in | Yes |