Manchester City Council Finance Scrutiny Committee Item 7 12 November 2012 Manchester City Council Report for Resolution Report to: Finance Scrutiny Committee – 12 November 2012 Subject: Street Lighting PFI Contract Report of: Joint report of City Treasurer and Deputy Chief Executive (Neighbourhoods) Summary To update members on the Private Finance Initiative (PFI) contract for Street Lighting, to specifically cover: current contract costs, the cost of replacing street lights across the City with LED’s, to quantify the additional services delivered by the service provider and to identify the mechanisms in place to challenge the extra costs of these additional services. Recommendations The Committee is requested to note this report Wards Affected: All Contact Officers: Name: Position: Telephone: E-mail: Richard Paver City Treasurer 0161 234 3564 r.paver@manchester.gov.uk Name: David Lea Position: Director of Commercial Services Telephone: 0161 234 3926 E-mail: david.lea@manchester.gov.uk Name: John Lorimer Position: Capital Programme Director Telephone: 0161 219 6501 E-mail: j.lorimer@manchester.gov.uk Background documents (available for public inspection): 45 Manchester City Council Finance Scrutiny Committee Item 7 12 November 2012 Previous Reports January 2005, Physical Environment Overview and Scrutiny Committee. July 2007, Resource and Governance Overview and Scrutiny Committee. February 2010, Communities and Neighbourhoods Overview and Scrutiny Committee. March 2011, Communities and Neighbourhoods Overview and Scrutiny Committee. July 2012, Finance Scrutiny Committee 46 Manchester City Council Finance Scrutiny Committee Item 7 12 November 2012 1.0 Introduction 1.1 The Council is in a Private Finance Initiative (PFI) contract with a Special Purpose Company (SPC) called Amey Highways Lighting (Manchester) Limited (“The Service Provider”). The Service Provider has subcontracted its construction and operational obligations to Amey Local Government Limited. 1.2 The Project Agreement of the contract relates to the provision and maintenance of public lighting in the City of Manchester from July 2004 to June 2029 – a 25 year PFI. 1.3 The Project Agreement contains change provisions that allow the Council or Amey to propose changes to the Project Agreement. However, neither party may unilaterally impose a change on the project. To date several changes have been agreed, but these have been accommodated within the existing funding profile. 1.4 Considerable work was carried out in advance of the Project Agreement to establish that value for money was going to be achieved. A measure of the success of what was being proposed was that the Authority obtained approximately £2.9M per year, in PFI Grant Credits necessary for the project to proceed. Not all Local Authorities have been successful in securing a street lighting PFI. The Project Agreement was also scrutinised by 4ps (Public Private Partnerships Programme) and the Department for Transport, who, together with the Authority’s Advisers (Pricewaterhouse Coopers and Addleshaw Goddard) recommended that the Authority proceed with the contract. 2.0 Background 2.1 The existing PFI contract is designed to replace and upgrade street lighting within the City with Amey assuming responsibility for the management, design, installation and ongoing repair and maintenance of the Council’s entire lighting stock including; lighting columns, lit signs, lit bollards, subway lighting, amenity lighting and associated feeder pillars. 2.2 The contract secures four major aspects of the street lighting service provision ; 2.2.1 The Initial Apparatus Renewal Programme (IARP), or Capital Replacement Programme, resulting in the replacement of 41,698 lighting columns within the first 5 years. The replacement programme represented over 70% of the street lighting in the City at the start of the contract. This phase has been completed. 2.2.2 The Annual Apparatus Replacement Programme (AARP), this encompasses the remaining 30% of the initial lighting inventory and will include the identification of all equipment to be replaced on an annual basis. 2.2.3 Planned (lifecycle) maintenance of all the apparatus, relating to electrical and 47 Manchester City Council Finance Scrutiny Committee Item 7 12 November 2012 structural testing, inspection, cleaning and bulk lamp replacement. 2.2.4 Reactive maintenance of all apparatus, dealing with faults and rapid attendance (emergency) requirements. 2.3 All risk in the apparatus is the responsibility of Amey. This includes vehicle accident collision and cost recovery, vandalism, premature failure of equipment, graffiti and fly poster removal and emergency attendance requirements. 2.4 The performance of Amey is controlled by six performance standards, actual performance is monitored by the Council. These include; assessment, design and renewal or refurbishment and accruals, apparatus performance and planned maintenance, operational response, customer interface and contract management, best value and working practices. 2.5 At the end of the contract, all apparatus will be handed back to the Council with a minimum of 5 years residual life. 2.6 The Council retains the responsibility for the management, procurement and payment of the electrical energy and carbon emissions associated with the apparatus. 2.7 It is the projected increases in energy costs and carbon reduction targets that have led to a review of the technology available. During the life of the contract to date, there have been significant advances in LED technology and the performance of LED lanterns. 2.8 The current street lighting electrical energy cost is circa £3M pa. 3 LED Retrofit Proposal 3.1 During the life of the contract to date there have been significant advances in low carbon technology, particularly LEDs (light emitting diodes) and the performance of LED lanterns. Given the projected increases in energy costs and these technological advances, it has become increasingly viable to investigate the installation of LED lanterns across all of Manchester. This would require substantial capital investment, and take several years. However, it would deliver various long-term benefits to the city:- 3.1.1 To significantly reduce the carbon emissions associated with street lighting apparatus. 3.1.2 To deliver substantial savings in the long term running costs of the PFI. 3.1.3 To reduce the Council’s financial exposure to increases in energy prices and CRC taxation through substantial energy consumption reduction. 3.2 The reason to re-examine the LED solution now is threefold. Firstly, many 48 Manchester City Council Finance Scrutiny Committee Item 7 12 November 2012 local authorities are re-examining their PFI contracts for long-term efficiencies, given the need for savings in all areas. Secondly, the pace of change in LED technology has now reached a level where it is a good time to employ these devices. The third reason is the governments Carbon Reduction Commitment Energy Efficiency Scheme (CRC) and our climate change action plan ‘Manchester – A Certain Future, Manchester City Council Delivery Plan 2010 – 2020’. At the current (CRC) rate, the financial impact would be circa £200k pa. 3.3 In addition to the use of LED lanterns the application of a Central Management System (CMS) would give the capability to implement adaptive lighting control. This flexibility allows the direct control of the switch on / switch off times, the option to operate reduced lighting levels during times of low vehicle / pedestrian activity and the facility to increase light levels if required for example in responding to a request from the emergency services. It is a feature of LED technology that enables any switch on / off or change in light output to be instantly applied. 4 Cost of LED Retrofit Proposal 4.1 Following initial discussions with Amey the Authority has received a high level proposal offering a range of ‘invest to save’ options based on predicted energy and carbon tax levels for the installation of LED lanterns to the existing street lighting columns. 4.2 The assumed costs and savings are based around interlinked elements 4.2.1 Replace lanterns in residential situations only, estimated at 42,000 lighting points. At an estimated cost of £18.44M. An average of £439 per lamp standard 4.2.2 Replace lanterns on traffic routes only, estimated at 12,700 lighting points. At a cost of £11.2M equivalent to £881 per lamp standard. This is an increase over the residential routes as some standards have multiple lights 4.3 To give total control and flexibility of an LED solution it is recommended that the Provision of a Central Management System (CMS) to control the street lights across the Authority, enabling full functional flexibility to dynamically manage lighting levels and switching of individual or group control from the desk top. This will also enable real time management of all the street lights to be aware of any lighting issues or lighting intervention required at immediate notice. At an estimated cost of £8.8M. We believe that this would give the Authority more flexibility and control and is likely to lead to greater savings and would form part of the in-depth analysis and negotiation of any LED solution. 4.4 The figures below indicates the projected levels of savings, based on the 23 year life of the LED equipment, and capital expenditure for the range of investment options in LED lighting. The indicative model provided by Amey identifies a number of projected savings:- 49 Manchester City Council Finance Scrutiny Committee Item 7 12 November 2012 4.4.1 Energy savings based on two scenarios (1) the existing un-metered energy rate of £0.0955 kWh plus a 23 year average uplift of 4% and (2) the existing un-metered rate of £0.0955 kWh plus a 23 year average uplift of 7% 4.4.2 Carbon Saving figures are based on an annual saving of 10,000 tonnes of CO2 and an assumption that CRC tax will increase over the 23 year life of the equipment to an average of £20 / tonne. This saving is an avoidance of potential future costs as street lighting is currently exempt from CRC until 2014. 4.4.3 The maintenance savings identified come principally from the removal of the bulk lamp change requirement, elimination of Night Inspections and significant reduction in reactive maintenance volumes 4.4.4 The potential savings indicated are dependent on detailed investigation of both the high level savings plan put forward by Amey and further detailed negotiations and the projected uplift in the cost of electricity supply are between £22.6 and £45.3M 4.5 This model can only provide a general indication of the potential savings from the project. It combines genuine cashable savings against current expenditure with future savings through cost avoidance, which will mitigate future budget pressures. 4.6 The model will require considerable analysis and refinement in order to generate a definitive forecast of the actual savings that can be generated from the proposal. 5 Financial Mechanism 5.1 The financial principle underlying the Project Agreement is the payment to Amey of a contractual annual payment. This payment is payable in equal monthly payments, the Monthly Unitary Payment (MUP), subject to fluctuations within the financial model. This payment includes both the repayment of the Initial Investment (circa £4M pa) and ongoing maintenance (circa £3.1M pa). 5.2 Mechanisms exist to make deductions for any under performance to compensate the Authority and to incentivise Amey. The Project Agreement details the performance required and the Payment Mechanism details the costs in relation to any deduction for poor performance. 5.3 It is proposed that the LED retrofit project is monitored and invoiced similarly to the Initial Apparatus Replacement Programme ‘IARP’ period of the PFI contract . This was the replacement of 41,698 columns within the first 5 years of the contract In essence, a fixed total cost is agreed and proportioned against the total number of units identified and agreed between the Authority and Amey. The fixed unit fee will then be paid monthly (within the Monthly Monitoring Report (MMR)) by the Authority to Amey based on the number of 50 Manchester City Council Finance Scrutiny Committee Item 7 12 November 2012 units completed and submitted in the MMR. The risk of any missed or omitted units and associated additional cost to apply and fit an LED lantern shall lie with Amey. 5.4 The Electricity Costs Adjustment (ECA) clause (and associated payments) shall be removed from the PFI through negotiation with Amey. The ECA relates to electrical energy consumption forecast against actual electrical energy consumed, when the actual consumption is lower than the forecast consumption the Authority shall pay the difference to Amey as an ECA payment in accordance with contractual clauses. The implementation of the LED proposal would include the removal of this clause from the contract. 6 Other Services 6.1 In addition to the Street Lighting PFI Contract, Amey also undertake a number of other works outside the main PFI contract. These include: the installation of festive lighting in local District Centres - Christmas tree lights and column mounted motifs (funded by a combination of the Authority including Cash Grants and Community Groups, circa £40k pa); the design of lighting / highway electrical schemes as required and the installation / removal of highway electrical equipment in conjunction with highway improvement schemes (funded by various capital / revenue streams, circa £260k pa). 6.2 Up until four years ago, Cash Grants were occasionally used to fund the installation of additional lighting units in identified Crime and Disorder areas. These units were subsequently accrued into the PFI contract. 6.3 The design service is provided as part of the partnering approach to the contract. Amey provide the service in the absence of an in house design team. There is additional benefit in this process as it negates the additional cost of the contractual right for Amey to check and approve any third party designs for schemes that will be accrued into the contract. This check and approve process is chargeable to the applicant, for which the scale of charges are included in the contractual clauses. 6.4 The installation / removal of highway electrical equipment is delivered through an agreed schedule of rates which has been subject to benchmarking through Manchester Contracts. 7 Recommendations 7.1 The Committee is requested to note this report 51 Manchester City Council Finance Scrutiny Committee Appendix – Item 7 12 November 2012 LED LIGHTING REPLACEMENT FREQUENTLY ASKED QUESTIONS WHY IS THE COUNCIL DOING THIS? The Council is looking at ways to reduce future expenditure. It currently spends about £3M a year on energy for street lighting. It is anticipated that moving to an LED solution will save in excess £1.5M a year at current prices and minimise the impact of future rises in energy prices. WHAT ARE OTHER COUNCIL’S DOING? As well as looking at LED solutions, a number of other Council’s have undertaken a variety of initiatives designed to reduce energy costs / carbon consumption. These range from implementing Part Night switching, installation of control systems to reduce light levels and switching lights off altogether. WHY IS AN LED SOLUTION BEING PROPOSED? The current technology allows the use of LED’s to deliver savings in energy and reductions in carbon consumption as well as reduced maintenance costs which will provide significant savings.. HOW LONG WILL THE LED’S LAST? The predicted life of LED street lights is now around 25 years. During that time they also need less maintenance, with a cyclic maintenance visit only every 6 years as opposed to every 2 to 3 years for the current lighting equipment. WILL THE LIGHTING LEVELS CHANGE? The new lighting will be designed in compliance with the British and European Standard for street lighting. The latest edition does allow some reduction of lighting levels on traffic routes and the use of adaptive lighting levels on residential roads. WHAT IS ADAPTIVE LIGHTING? The system of adaptive lighting allows the direct control of street lights from a central point. This enables a controller to raise or reduce levels on any given street or area as required. This could mean raising levels in an area in response to a request from the emergency services or reducing the levels on residential street during the early hours of the morning. The use of LED’s makes this technology far more adaptable and responsive. HOW MANY LIGHTS ARE AFFECTED? In total 42,000 street lights on residential streets and 16,700 street lights on the main roads will be fitted with new LED luminaires. 51 Manchester City Council Finance Scrutiny Committee Appendix – Item 7 12 November 2012 WHO WILL DO THE WORKS? The work will be carried out by Amey Highways Lighting (Manchester) Ltd, the Council’s Street Lighting Provider as they currently maintain all the existing street lighting assets for the Council. WHAT BENEFITS WILL THE PROJECT BRING TO MY AREA? The new lighting will be state-of-the-art and will include the ability to adapt the level of lighting, reduce energy costs and reduce CO2 emissions across the City. The use of LED’s on main roads could assist in the reduction of crime and night-time traffic accidents, and will also make CCTV images clearer, improve visibility, and help to ensure that pedestrians, cyclists and drivers feel safer. The new lighting will also help to automatically identify faults. WILL THE NEW LIGHTS BE BRIGHTER / DIMMER / A DIFFERENT COLOUR TO THE ONES THEY’RE REPLACING? All the replacement lighting will be ‘white’ light. On residential streets around half of the existing lights are currently ’white’ so there will be little difference in the appearance. On the remainder and on the main road network the new ‘white’ lights will appear brighter than the existing lights. WILL THE LIGHTS SHINE IN MY WINDOWS? The new lights will be a direct replacement for the existing units. They are designed to reduce light pollution and avoid the intrusion of light into people’s homes and gardens. WILL THERE BE DISRUPTION WHILST THE WORK IS BEING CARRIED OUT? The scheme has been designed so that the new lights will fit directly onto the existing columns this avoiding the need to carry out any excavations. We will carry out work in residential areas from Monday to Friday, between 8am and approximately 6pm 52