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

July 28, 2025 Awaiting outcome View on council website
Full 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:
 

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

Details

Decision date28 Jul 2025
Subject to call-inYes