Decision
Approval to direct award the Contract for the Procurement of CCTV cameras and associated 5-year maintenance period to facilitate the Enforcement of Moving Traffic Offences (MTO) now permitted under Part 6 of the Traffic Management Act 2004 (Andy Devi
Decision Maker:
Outcome:
Is Key Decision?: No
Is Callable In?: Yes
Date of Decision: July 28, 2025
Purpose:
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: approval to direct award the Contract for the Procurement of CCTV cameras and associated 5-year maintenance period to facilitate the Enforcement of Moving Traffic Offences (MTO) now permitted under Part 6 of the Traffic Management Act 2004, as detailed in the table below: Detail required Answers Title/Description of Contracted Service/Supply/Project Procurement of CCTV cameras to enable enforcement of Moving Traffic Offences Procurement Reference numbers (DN and CR number supplied by Procurement) 05040786 Name of Successful Contractor Videalert Supplier Registration Number (to be supplied by Procurement 05040786 Proclass Classification No. (to be completed by procurement) Type of organisation (to be supplied by Procurement) Private Limited Company Status of Organisation (to be supplied by Procurement) Non-SME Contract Value (£) £235,297 Yr1 then £69,800 per annum Total contract value £ (including extensions) £514,497 total project value Contract Duration 60 months Contract Start Date 29/09/2025 Contract End Date 28/09/2030 Optional Extension Period 1 months Optional Extension Period 2 months Who will approve each Extension Period? Executive Director (extension < £150k) Contact Officer (Name & number) Andy Devine 07717 431738 Lead Service Group Place How the contract was procured? (to be supplied by procurement) Direct Award/ Call off Framework Details (where applicable) (procurement body, framework reference & title, start/ end date Transport, Technology and Associated Services Framework Funding Source Capital Programme Ethical Contractor (EC): Mayor’s Employment Charter Choose an item. EC: Committed to sign The Mayor’s Employment Charter Yes EC: Committed to the principles outlined in the Mayor’s Employment charter Choose an item. EC: Accredited Living Wage Employer Choose an item. EC: Committed to becoming Accredited Living wage Employer Yes The Reasons are: On 22nd July 2023 Salford was successful in obtaining the powers as part of Tranche 2 to enforce those moving traffic offences (MTO) contained within Part 6 of the Traffic Management Act 2004. These have been devolved down from the Police as civil contraventions to allow Local Authorities to undertake enforcement at strategic locations in order to minimise the levels of congestion on their network. The type of offences that can now be enforced include contravention of one-ways, banned turns and yellow box blocking. In order to ensure consistency in delivering the new MTO enforcement and so as not to add another layer of complexity in the back office processing of contraventions it was considered the most prudent route would be to assess the suitability of the current camera providers to determine which one should be awarded the contract for the procurement of new equipment to enable Part 6 enforcement. The Traffic Technology and Associated Services framework allows a contract to be directly awarded and as both the current providers are contained on this framework this is the route that has been chosen so allowing us to direct award. Options considered and rejected were: The trial based on a number of criteria including the quality of the image/ number of rejected clips/ ease of use back office, their responsiveness in supporting us during the trial and comparison of their installation and removal process, allowed us to make a direct comparison and so decide on the best system to purchase. The criteria were scored in accordance with the mechanism used in the usual tender process i.e. 0 to 5 by colleagues from the CCTV review team and Streetworks team along with comments to accompany their scores. The methodology behind the scoring criteria are contained in the Appendix to the report to Procurement Board. The scoring provided a clear indication of who provided the best service overall during the trial period and it was not necessary to explore any other options. Assessment of Risk – High: without this service it puts the Council at risk of having no mechanism to enforce Part 6 MTO and therefore assist in keeping the network as safe and free flowing as possible. The source of funding is: CRSTS Capital Budget. Social Value Videalert have committed to sign up to the Mayor’s Charter and there are discussions ongoing to agree a range of Social Value measures that they are happy to contribute towards over the lifetime of the contract and will be reviewed via the SV TOMS portal. These measures include but are not limited to – initiatives to promote local skills and employment – support for local community projects through donations – support for local community projects through volunteering – reductions in emissions and promotion of green transport alternatives – wellbeing programme access for their staff and expert equality, diversity and inclusion training. Legal Advice obtained Supplied by: Tony Hatton 219 6323 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 agreement exists, this must be used unless there is an auditable reason not to. The Council can comply with the requirements of the Regulations by carrying out its own procurement exercise or relying upon another compliant framework. 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 framework agreements for works, goods or services intended for one or more contracting authorities. The purpose of a framework agreement is to select through a procurement/evaluation process a number of providers who can meet the service requirements of the Council, as and when those services are required. If they are required then the Council can call off the goods/services from one or more of the providers who have been selected to be on the Framework and this may be through any number of ways depending on the circumstances. A contract will then be formed between the Council and the chosen provider/s. The Council will need to have followed the procedure set out in the Transport, Technology and Associated Services Framework to ensure the procurement process for direct award is compliant, and assuming that this be the case, the procurement procedures set out therefore appear robust and compliant with the requirements of CSO’s and public procurement legislation. FINANCIAL IMPLICATIONS: Supplied by: Adam Flaherty (Senior Accountant) Date:19.06.2025 The City Council of Salford has approved a direct award contract to Videalert for the procurement of CCTV cameras and a five-year maintenance agreement to support the enforcement. The total value of the contract is £514,497, comprising an initial cost of £235,297 for equipment and first-year maintenance, followed by £69,800 annually for the remaining four years. The decision to proceed with Videalert ensures consistency with existing systems and avoids additional complexity in back-office operations. The funding for this project will come from the CRSTS Capital Programme, and the contract is set to run from September 29, 2025, to September 28, 2030. This falls out of the scope of project innovate. PROCUREMENT IMPLICATIONS: Supplied by: Heather Stanton, Category Manager This procurement is to be direct awarded under the Traffic Technology and Associated Services framework of which our two providers of CCTV cameras were listed. We didn’t go out to formal quotation because we wanted to utilise the two companies we already have contracts with to remain consistent in our approach. To do this we asked both companies to trial both products and evaluated accordingly. Videalert was the company chosen to provide us with the CCTV cameras to enable enforcement of Moving Traffic Offences. HR Advice: N/A Climate Change Implications Supplied by: Michael Hemmingway, Principal Officer Climate Change The climate benefits of the scheme are limited but by keeping junctions free it will facilitate movement of public transport and it is anticipated that there will be some road safety benefits as drivers are dissuaded from performing prohibited movements or blocking that could lead to an increase in risk for the more vulnerable pedestrians and cyclists. The following documents have been used to assist the decision process: · Report to Procurement Board on 28th July 2025 Contact Officer: Andy Devine Telephone number: 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: 28 July 2025. Lead Member FOR DEMOCRATIC SERVICES USE ONLY * This decision was published on 29 July 2025 * This decision will come in force at 4.00 p.m. on 5 August 2025 unless it is called-in in accordance with the Decision Making Process Rules.
Related Meeting
Procurement Board - Monday, 28 July 2025 2.00 pm on July 28, 2025