Select Committee on Public Accounts Forty-Sixth Report


THE CONTRACT TO DEVELOP AND UPDATE THE REPLACEMENT NATIONAL INSURANCE RECORDING SYSTEM

VALUE FOR MONEY

29. Implicit in the objectives for the competition was the need for the contract to demonstrate value for money.[28] In general, there are four key pointers to value for money in a PFI contract. The first is that the contract should provide for the required service to be delivered. The second is that the deal should compare favourably with the cost of alternative means of providing the same service. The third is that the risks associated with the contract should rest with those parties best able to manage them. And the fourth is that the contract should have been won following a genuinely competitive procurement process.[29]

30. The Agency obtained bids from all three suppliers that were in accordance with their service requirements. The contract incorporated those requirements and included critical minimum service levels which Andersen Consulting were required to meet.[30]

31. The Agency prepared a public sector comparator to assess the relative cost of the suppliers' bids. This was based on the original business case for the project adjusted for changes in scope, the seven year contract period and inflation. Further adjustments were made to take account of the cost of inputs from the Agency to the new system which would still be required over and above the payments to be made under the contract. After these adjustments the cost of the Andersen Consulting bid was assessed at £134 million compared with the public sector comparator of £329 million—some 60 per cent lower.[31]

32. We therefore asked why the public sector comparator was so much higher than the Andersen Consulting bid. The Agency told us that it was not directly comparable with the bid as it had been prepared much earlier in the process and did not take full account of subsequent events and efficiencies that had taken place such as outsourcing.[32] The Agency told us they had subsequently recalculated the figures taking account of these improvements and arrived at a cost of £235 million, considerably closer to the two losing bids. The Agency said that it would never have been practicable for the in-house option to be close to the Andersen Consulting bid price given the commercial judgements the company had made.[33]

33. We further asked why the Agency had not prepared a properly costed public sector comparator taking account of changes in circumstances and the scope for new technology and whether, on reflection, they now believe they should have done so. The Agency told us that they did not judge it worthwhile to commit the necessary resources to such an exercise when it was clear that the Andersen Consulting bid was so low. The Agency added that in the future, depending on the circumstances, they might well prepare such a comparator but that in this particular case, because the gap was clearly so large, they remained of the opinion that the necessary resources to produce it could not be justified.[34]

34. As regards the allocation of risk, the Agency identified the risks associated with the project soon after Ministers agreed it should involve private finance. The main risks that all the suppliers were prepared to take on were:

    a.  the risk of developing a system and not being paid anything until it worked;

    b.  possible claims for compensation in the event of slippage or service failure;

    c.  a service credit system which put at risk some of their revenue if they did not meet certain defined performance targets; and

    d.  the risk that when the provision of NIRS2 was re-tendered, the existing supplier would not receive a transfer payment if a new supplier won the competition and chose not to use the incumbent supplier's system.[35]

35. We asked the Agency whether they accepted that, although they had transferred the financial risk of non-delivery, they retained the business risk. The Agency accepted that this was a risk they would always have to carry. The existing system was not capable of supporting the new pensions legislation. The tight timetable would have been the same irrespective of whether an in-house or PFI solution had been adopted.[36]

36. All three suppliers were kept in the competition until a very late stage thus ensuring the competitive pressure was maintained. The contractor offering the lowest price for the services required was selected and final terms were agreed within a month of the receipt of best and final offers from all three suppliers.[37]

37. Andersen Consulting had been involved in the development of the original business case for the project between 1992 and 1994. We therefore asked the Agency whether Andersen Consulting had received a competitive advantage from this early involvement which had enabled them to offer a much reduced price in the hope of benefiting from additional work later on. The Agency told us that they had made sure that all of the bidders were starting from the same point in terms of knowing what was required and the activities of the Agency. They said that the other bidders had a similar background and knowledge of the Agency.[38]

Conclusions

38. Sound decisions as to whether a PFI solution offers value for money will normally require a systematic comparison to be made with a properly costed alternative option or options. In the case of NIRS2, the original public sector comparator did not take account of efficiency improvements arising from the outsourcing of certain operations and did not therefore provide a realistic comparison. Where, as in this case, there is a very large difference between the comparator and the bids received, there may be grounds for checking both the reasonableness of the costings in the comparator and that the bidders have properly understood the required service specifications. In all cases, however, we expect departments to devote such resources to working up a comparator as are appropriate in the circumstances. The comparator should be robust enough to provide a sound guide to the exercise of judgement, but it does not necessarily have to be calculated to the finest accuracy.

39. It is extremely important to preserve the integrity of the procurement process: if other bidders perceive that one competitor has an unfair advantage they are unlikely to bid, and the public sector is unlikely to get good value from the contract.


28   C&AG's Report paragraph 1.8 Back

29   C&AG's Report paragraph 2.2 Back

30   C&AG's Report paragraph 2.5 Back

31   C&AG's Report paragraphs 2.6-2.9, Figure 8 Back

32   Q16-29 Back

33   Evidence, Appendix 2, pp 23-26 Back

34   Q113 Back

35   C&AG's Report paragraphs 2.11, 2.13 Back

36   Q48-49 Back

37   C&AG's Report paragraph 2.17 Back

38   Q59 Back


 
previous page contents next page

House of Commons home page Parliament home page House of Lords home page search page enquiries

© Parliamentary copyright 1998
Prepared 1 July 1998