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.
Decision required to award a new 4 year
contract to supply new and replacement bus shelters throughout
South Yorkshire.
Decision Maker: Corporate Director of Public Transport
Decision published: 21/07/2022
Effective from: 06/07/2022
Decision:
Approved
Lead officer: Stephen Edwards
The A633 forms a major transport link between
the Dearne Valley and Rotherham Town Centre and experiences
congestion around the Parkgate Shopping area. Alongside the new
road proposed to run from the A6123 Aldwarke Lane to both the rear
of Parkgate Shopping and a new park and ride facility serving tram
train, a complimentary scheme is proposed to widen the south entry
and exits from Taylors Lane roundabout. Modelling has shown the two
interventions will decongest the A633, improving journey time
reliability.
The Full Business Case was submitted on 13 of December 2021 and was
approved at the MCA meeting on 21 March 2022 subject to certain
conditions which the project team are currently working on to
discharge prior to execution of the contract by both parties.
To enable the roundabout widening works to be undertaken several
utilities companies have indicated they have apparatus which
requires alteration.
To progress the Taylors Lane approach widening scheme, it is
necessary to appoint a number of utility companies to carry out
diversion works for all existing services and equipment affected by
the highway works. Each company will require payment in advance,
based on detailed C4 estimates, in order to get them to commit to
the works and enable the Main Contractor to programme and
coordinate their individual on-site activities.
In accordance with Standing Order 5.8.1 (a) (i), the services are
proprietary, and no alternative provider is available.
The following C4 estimates have been received from those companies
with affected equipment:
Open Reach (BT) £204,633.35
Virgin Media £88,522.28
Decision Maker: Corporate Director of Public Transport
Decision published: 11/07/2022
Effective from: 06/07/2022
Decision:
Approved the appointment of Open Reach and
Virgin Media to carry out underground service diversions at a cost
of £204,633.35.92 and £88,522.28
respectively.
Lead officer: Stephen Edwards
To progress the Phase 1 scheme, it is
necessary to appoint a number of utility companies to carry out the
diversion of existing services and equipment affected by the
highway works. Each company will require payment in advance, based
on detailed C4 stage estimates, in order to get them to commit to
the works and enable the main contractor to programme and
coordinate their individual on-site activities.
These services are proprietary, and no alternative provider can
carry them out.
The costs are refundable should the scheme not proceed.
SMT previously approved a sum of £65,954.00 for Northern
Powergrid in April 2022 but this figure excluded any
builders’ work which comprises all the trenching, ducting and
the like.
Northern Powergrid have therefore now provided a revised C4
estimate for the complete works in the sum of
£130,962.00.
Decision Maker: Corporate Director of Public Transport
Decision published: 11/07/2022
Effective from: 06/07/2022
Decision:
Approved the appointment of Northern Powergrid
to carry out underground service diversions at a revised cost of
£130,962.00.
Background documents: Report from Director of Public Transport
Development taken to the 06 July 2022 Public Transport Team
meeting
Northern Powergrid C4 Estimate.
Lead officer: Stephen Edwards
A paper was presented to the former SYPTE
Management Board on the 30 November 2020, setting out the proposed
approach to the construction phase of project delivery.
The approach described DMBC as the contracting authority for the
works and DMBC being the lead for contractor procurement. This
approach was considered appropriate given that the
landowner’s land would become adopted by DMBC. In addition,
it was felt that this arrangement would simplify the relationship
as DMBC would also be acting as the Highway Authority. The previous
SYPTE Management Board approved this approach in principle.
It should also be noted that SYMCA will still be responsible for
ensuring that the overall TCF grant represents value for money.
However, as the contracting authority, DMBC will be adhering to
their own standing orders obligations and assurance processes
DMBC’s preferred method of contractor procurement is to use
the Midlands Highways Alliance Framework (MHA). The form of
contract will be the NEC4 Framework Contract. The MHA Framework has
been used successfully in the past by both DMBC and RMBC.
DMBC’s preferred approach is to use Option 3 of the framework
(sub-regional call off), which will involve using Eurovia for the
iPort Bridge project
FBC approval was granted for the iPort Bridge scheme on 20
September 2021. The overall contractor target cost came in over the
budget approved in the business case. This was due to many reasons,
the main one being the increased cost of materials due to
inflation. This led to a process of value engineering with the
design, which will help to reduce the material costs, programme
duration, and overall project costs.
Eurovia are currently repricing their target cost based on our
value engineered design. We expect their revised target cost and
construction programme by the middle of July 2022. Subject to the
revised target cost being acceptable by SYMCA and DMBC, and within
our revised project budget, a change control will be issued to
SYMCA assurance, to allow the project to progress to the
construction phase.
A legal agreement has been drafted between SYMCA and DMBC that sets
out the terms of the contractual relationship between the PTE/MCA,
DMBC, and the contractor. SYMCA will be responsible for ensuring
that the overall TCF grant represents value for money. As the
contracting authority, DMBC will be adhering to its own financial
and contract standing orders.
Decision Maker: Corporate Director of Public Transport
Decision published: 11/07/2022
Effective from: 06/07/2022
Decision:
1. Enter into a legal agreement with DMBC for
the delivery of the iPort Bridge TCF project.
2. Passport up to £6.1m* TCF funding to DMBC for them to
appoint Eurovia to deliver the iPort Bridge scheme, and for DMBC
contract administration costs.
*Exact amount to be confirmed following the receipt of the revised
contractor target cost.
Lead officer: Stephen Edwards
In order to deliver the new operating model
and assist in delivering the refurbishment work required to the
Supertram System external legal support is required through to 2024
for the following:
i. the implementation of the chosen operating model;
ii. the procurement of new or refurbishment of existing rolling
stock; and
iii. construction contracts for civil and engineering works;
and
iv. ancillary matters.
v. Tenders for the work were sought using the Crown Commercial
Services Wider Public Sector Framework.
5 firms were invited to bid and 3 tenders received. All bidders met
the quality threshold. The evaluation was weighted 50% quality and
50% price. The total scores ranged from 45-88 out of 100. The
bidder with the highest score and therefore the bid that offers the
most economically advantageous tender was received from DLA Piper
LLP and accordingly the recommendation is to award the contract to
DLA Piper.
Decision Maker: Monitoring Officer
Decision published: 30/06/2022
Effective from: 27/06/2022
Decision:
Award a contract under the Crown Commercial
Services Wider Public Sector Legal Services Framework lot 4 to
provide legal services for the Supertram concession end and system
renewals work through to September 2024 to DLA Piper LLP
Lead officer: Steve Davenport