Use the below search options at the bottom of the page to find information regarding recent decisions that have been taken by the Combined Authority.
Alternatively you can visit the officer decisions page for information on officer delegated decisions that have been taken by officers with authority to take delegated decisions for the Combined Authority.
As part of the SYMCA obligation to maintain
the tram network in a safe manner, it is necessary to replace worn
out rail when required and accordingly SYMCA has entered into a
framework contract with Volker Rail and Colas to undertake a
planned replacement programme.
Volker Rail was appointed to undertake rail replacement works in
2024 at an approved value of £4,760,930 and these are
complete.
Following a rail break on the ballasted section of the track
between the Netherthorpe and Shalesmoor tram stops, detailed
investigation has revealed significant corrosion of the rail web
and urgent replacement was approved and works undertaken at a value
of £194,008.54, bringing the updated approved works value to
£4,954,938.54.
Approval was also granted for Volker Rail to undertake the
preparation works for the 2025 programme at a value of
£117,000 bring the overall approval figure to
£5,074,398.
Up to the end of March 2025 works to the value of £4,930,846
have been invoiced.
Following agreement of the final accounts for the three call offs
commissioned to date, the variations occurring during the course of
the works have been valued as the following:
1. Changes to weld box dimensions across the works -
£121k
2. Concrete repairs arising on site(s) - £40k
3. Implementation at Middlewood - £72k
4. Additional sites - £71k
5. Survey of the Delta - £21k
6. Other smaller items cumulative figure - £63k
7. Negative CEs – minus £17k
The final invoice for the 2024 works of £361,793.90 exceeds
the current approval value with an expected expenditure in 2024 of
£5,399,988.
Whilst this is higher than the originally projected budget of
£5,224,000 in the context of the overall cost plan allowance
for FP1, there is sufficient funding to cover these costs.
Authority is sought to increase the approval figure for Volker Rail
by £325,590 from £5,074,398 to £5,399,988.
Decision Maker: Executive Director of Transport
Decision published: 09/05/2025
Effective from: 09/05/2025
Decision:
Increase the approval figure for Volker Rail
by £325,590 from £5,074,398 to
£5,399,988.
Lead officer: Matt Goggins
Scope - The aim of this procurement focused on
achieving two key objectives:
• The procurement of a long-term ‘Technology
Partner’ to allow SYMCA to upgrade and replace a range of
SC&C assets, dependent on asset condition, obsolescence and
funding.
• The procurement of an expandable multi-functional management
platform, also known as a tram management system (TMS), to allow a
range of functions to be managed on the tramway (including
tram-train services).
SYMCA requires the Technology Partner to provide an expandable
multi-functional management platform, also known as a TMS, to
provide monitoring, control and management (via interfaces as
required) from the OCC by Operators (Network Controllers) for a
range of functions to be managed on the tramway (including
tram-train services).
Funding - Funding for this procurement and contract is part of the
current CRSTS funding period which runs from 2022 to 2027, this is
Funding Period 1 (FP1). SYMCA currently has sufficient funding for
the first work package (the Automatic Vehicle Location
system).
Procurement - The chosen procurement procedure was Competitive
Dialogue.
SYMCA received nine responses to the initial tender notice which
were assessed against the minimum requirements set out in the
Selection Questionnaire. Two suppliers progressed to the dialogue
stage, Hitachi Rail GTS UK Limited (Hitachi) and Siemens Mobility
Limited (Siemens).
There were three rounds of dialogue which involved discussion on
technical, commercial and legal aspects of the tender. Both
suppliers were then invited to submit a tender. On receiving the
tenders, it was determined that Siemens had based their bid on
amended terms to those required by SYMCA and were therefore
excluded from the tender process at that point.
As a consequence, only Hitachi’s tender response was
evaluated. Full scores available in attached Record of Officer
Decision Form.
Commercial - Hitachi rail provided a price breakdown for each
package (see attached Record of Officer Decision Form). It should
be noted that beyond FP 1, these are very high level, some may
currently be covered in other work packages, and some may be
subject to a considerable amount of future value engineering.
Decision Maker: Executive Director of Transport
Decision published: 06/05/2025
Effective from: 06/05/2025
Decision:
Approval to award Hitachi Rail GTS UK to the
place on the technology partner framework.
Approval to commission Hitachi Rail GTS UK to carry out framework
call off No1, installation of the Tram management system and
associated framework management costs, at an approximate total
value of £4,946,746
Approval of a risk allocation to be expended by the client of
£500,000 in the case of a variation.
The total approval cost £5,446,746.
Lead officer: Matt Goggins
To award contracts for Business Growth
Advisors for period 01/04/2025 – 31/03/2026, using funds
approved at MCA Board on 18/03/2025
Decision Maker: Corporate Director of Growth, Business and Skills
Decision published: 02/05/2025
Effective from: 02/05/2025
Decision:
To award contracts to:
• Access Regeneration Limited £51,126.24
• Blue Marble Communications Limited £51,126.24
• Buxton Associates Ltd £55,572.00
• Enable Growth Associates £83,331.33
• FCS Associates Ltd £175,607.52
• JEL Business Solutions Ltd £44,457.60
• Moorhead Savage Ltd £83,331.33
• NT Business Services £95,583.84
• Porterdale Ltd £55,572.00
• Torne and Shirmers Limited £83,331.33
• Training Education Services Ltd £51,126.24
• Catalyst Academy Ltd £55,572.00
Total value of contracts: £885,737.66
Lead officer: Tom Bousfield
The processing of road closures and
communicating disruptions to transport is not resourced and this
has resulted in a disparate, inefficient process and a poor
customer experience. The current position is a result of austerity
led budget cuts, good intent and the integration of SYPTE within
the MCA. Different departments picked up elements of the
disruptions process most closely aligned to their skillset within
their existing capacity but not reflected in responsibilities or
profiles. Following integration, these have been further split with
disruptions, information and complaints now touching seven
different teams across six departments and four directorates.
Detailed scenario modelling established that delivering the
proposed improvements with existing resources would result in a
significant reduction in performance within the contact centre,
with over 38% fewer calls answered and over 40% more calls taking
longer than 10 minutes to answer.
Scenario modelling identified a more efficient delivery model with
reduction in call performance from the current 93.2% of calls
answered to 22/23 levels of 80%, enabling the improvements to be
achieved with fewer resources. For comparison, in 22/23 Transport
for London answered 88%.
It is therefore proposed that the MCA commits to improving the
efficiency, quality and availability of transport disruptions and
leverages economies of scale with Supertram to create an integrated
transport disruptions team that aligns with our transport vision
and integrated transport brand.
Decision Maker: Executive Director of Transport
Decision published: 02/05/2025
Effective from: 02/05/2025
Decision:
Option 4 - The following recommendations were
approved:
• The contract centre is restructured to leverage economies of
scale and create a central Integrated Transport Disruptions Centre
team;
• The hours disruptions are communicated to the public are
increased from 7am-7pm weekdays and 8am to 7pm weekends, to 5am to
midnight every day in order to align more closely with
Supertram’s timetable; and
• To reduce staffing costs, call performance is reduced from
93% calls answered and 77 seconds average wait time to 80% and 110
seconds respectively.
at an estimated cost of £171,000.
Lead officer: Matt Goggins
In 2024 new types of technical qualifications
were approved by Institute for Apprenticeships and Technical
Education, for delivery from 2025. These are funded nationally
under section 100 (1B) of the Apprenticeships, Skills, Children and
Learning Act 2009. To enable Combined Authorities and Combined
County Authorities to use their Adult Skills Fund budget to fund
the new technical qualifications from 2025, the Government will
need to transfer this funding power to them via a statutory
instrument.
The Combined Authorities (Adult Education Functions) (Amendment)
Order 2025 (“the Order”) will be made, subject to
Parliament’s approval, under provisions within the Local
Democracy, Economic Development and Construction Act 2009,
including section 105A. This Order will amend the existing
education-related statutory instrument for each Combined Authority
to add the further funding power, to enable combined authorities to
fund new, high-quality technical qualifications alongside others
already available to them. This will ensure that adult learners in
the area will have access to the same high-quality technical
qualifications as those in other devolved, and non-devolved, areas.
The aim (subject to Parliamentary approval and timetabling) is for
the statutory instrument to come into effect by the start of August
2025, in time for the new academic year.
A public consultation and an assessment of burdens has been
undertaken by the Department for Education, which concluded that
transferring section 100 (1B) will not place any additional burdens
on combined authorities. Qualifications are withdrawn and new
qualifications are approved all the time, so the list of
qualifications from which combined authorities can select is not
static – it is constantly changing. Commissioning officers
and providers already have processes in place to manage changes to
the qualifications landscape and decide which ones are most
appropriate for adults in their areas. The proposed Order will not
require the Combined Authority to do anything different, or change
the way it operates, it will merely give the power to fund the new
technical qualifications, alongside other qualifications that are
already available to it, if it wants to.
The consent of the Combined Authority and each of its constituent
councils is required before the Order can be made. The Department
of Education is seeking consent as quickly as possible in order
that the Order can be enacted in time for the 2025/26 academic
year.
Decision Maker: Head of Paid Service
Decision published: 02/05/2025
Effective from: 30/04/2025
Decision:
To approve giving the consent of the Mayoral
Combined Authority to the creation of The Combined Authorities
(Adult Education Functions) (Amendment) Order 2025
Lead officer: Marcus O'Callaghan
Between 2013 and 2015, embedded rail
replacement works were undertaken on the Supertram network. These
were carried out by Volker Rail to a design provided by South
Yorkshire Supertram Limited (SYSL).
Following these works, significant lengths of polymer installed by
Volker next to the rails failed leading to polymer
delamination.
At the PTT meeting on 31/08/22 a report recommended that SYMCA
procure and fund the necessary remedial works via a suitable
contractor under a form of call off contract for 4/5 years.
Following a market engagement exercise with the market, a set of
tender documents was issued in April 2023. Three tenders were
received. The scope of the works covers polymer replacement,
concrete repairs and associated traffic management.
Colas Rail Limited provided the tender with the most economically
advantageous solution, and in February 2024 SYMCA entered into a
Term Service Contract with Colas on a call-off basis, via discrete
Task Orders. Works covered under the first Task Order have been
delayed are currently nearing completion on site.
The second Task Order relates to works on Glossop Road and West
Street and Colas have provided a quotation of £1,539,616 to
undertake these works. Approval is sought for an amount which
includes a risk/contingency allowance i.e. £1,684,648.
It is also proposed to retain Mott Macdonald in the role of Service
Manager for the Task Order 2 works. The Service Manager role is a
combination of reviewing the Contractor’s programme and
methodology, observing the work on site, instructing the Contractor
where necessary, managing change and costs, and administering the
Contract. Full-time site attendance at night is provided as part of
the Service Manager role. Mott Macdonald have provided a quotation
of £224,398 to undertake the Service Manager role for the
Task Order 2 works on Glossop Road and West Street (including a
risk/contingency allowance).
Mott Macdonald have provided a quotation for a further
£62,572 to undertake the Service Manager role on the first
Task Order through to the revised completion date in the light of
the delays referred to above.
Approval is sought for the Mott Macdonald fees described above
(total value £286,970).
Decision Maker: Executive Director of Transport
Decision published: 02/05/2025
Effective from: 02/05/2025
Decision:
• Appoint Colas Rail Limited to undertake
the Task Order 2 works at a cost of £1,684,648.
• Appoint Mott Macdonald Limited to undertake the Service
Manager role at a cost of £286,970.
Lead officer: Matt Goggins
In July 2023 the MCA Board granted approval to
delegate authority to the Head of Paid Service in consultation with
Portfolio Leaders and the Section 73 and Monitoring Officer to
approve the release of development cost funding in line with the
Assurance Framework to enable schemes to progress as efficiently as
possible.
In April 2025 the Programme Board approved the Strategic Business
Case for this scheme.
Decision Maker: Section 73 Officer
Decision published: 29/04/2025
Effective from: 29/04/2025
Decision:
Option 1 – Approve the
recommendation
Lead officer: Gareth Sutton