Select Committee on Public Accounts Fifty-Seventh Report


THE PFI CONTRACTS FOR BRIDGEND AND FAZAKERLEY PRISONS

INTRODUCTION AND SUMMARY OF CONCLUSIONS AND RECOMMENDATIONS

1. The Private Finance Initiative (PFI) contracts for Bridgend and Fazakerley prisons were the first PFI prisons contracts to be let and were also the first contracts involving the construction of buildings to be awarded under the PFI.[1]

2. The Prison Service let the contract for the 800 prisoner place prison at Bridgend, South Wales to a consortium led by Securicor and Costain in January 1996, shortly after the award of the contract for a 600 prisoner place prison at Fazakerley, Merseyside to a consortium led by Group 4 and Tarmac in December 1995. The Service estimated that the Bridgend contract would cost (in 1995 prices) £266 million and the Fazakerley contract £247 million.[2]

3. The contracts require the private sector partners to design, construct and finance the new prisons and to operate them for a period of 25 years with the buildings being transferred to the public sector at the end of the period. The contractors will be responsible for all custodial services and other services such as catering, prisoner education and onsite medical facilities.[3]

4. On the basis of a report by the Comptroller and Auditor General, the Committee took evidence from the Prison Service on how the costs and benefits of the chosen PFI solutions compared with alternative forms of procurement, why the Service decided against letting both contracts to a single bidder, and how they managed the costs of their advisers. We subsequently obtained written evidence from the Service about operational difficulties experienced after the opening of Bridgend Prison (now called Parc Prison) and the costs of using police cells as temporary accommodation.

5. We recognise that both prisons came into operation ahead of target, twice as quickly as prisons built under traditional procurement, and that the Service estimated that the Bridgend contract offered savings (in 1995 prices) of £53 million compared with the public sector alternative of building the prison under traditional procurement and then contracting out its operations. We note that in future PFI procurements the Service intend to seek a greater transfer of risk, further reduction in unit costs and cost effective innovation.

  • Operational risks

    The Committee is, however, concerned that there have been significant operational problems at the Bridgend prison where Securicor are the operator. The Service were aware of Securicor's lack of experience in running prisons and we are concerned that the Service did not identify and address the shortcomings in Securicor's operating proposals before letting the Bridgend contract. The Prison Service must now ensure that they put into effect the lessons they have learned from these operational problems.
  • Seeking better solutions

    We also note that the Fazakerley contract offers only relatively small savings of £1 million (in 1995 prices) compared with the public sector alternative of traditional building procurement and contracted out operations. The Prison Service decided against awarding both contracts to Securicor/Costain even though they submitted the lowest contract price for Fazakerley. The Service gave us three reasons for their decision: increased risk of delay if one contractor was used; they wished to create a market in PFI prisons; and they wanted to avoid using expensive police cells if the prisons were delayed. But they failed to quantify the savings foregone and to consider ways of securing the considerable potential benefits from using one lead contractor on both projects. One way forward might have been for the Service to have explored with Securicor/Costain the possibility of their sub-contracting part of the work or using at Fazakerley Costain's innovative design proposals for Bridgend.
  • Appointment of advisers

    The Prison Service appointed their financial advisers, Lazards, to whom they paid £333,000 (more than double their estimate of £145,000) without competition. We criticise the Service for ignoring recommendations from our predecessors, and guidance from the Treasury, that advisers should be appointed through full and open competition.

6. Our detailed conclusions and recommendations are:

On the Prison Service's award of the contracts

      (i)  The Committee is concerned that there have been a range of operational problems at the Bridgend prison since it opened where Securicor are the operator. We note that the Service had been aware, before letting the Bridgend contract, that Securicor had no experience of running prisons and would need to take on board expertise at management level. This was a reason why the Service would not award both contracts to the Securicor/Costain consortium despite the fact that they had bid the lowest price for both prisons. We are very surprised that, despite these concerns, the Service did not examine more closely Securicor's proposed staffing and management proposals for the Bridgend prison. Given their extensive experience of operating prisons under public sector management the Service should have been well placed to assess prison staffing and management plans (paragraph 33).

      (ii)  We note that the Service have incurred costs arising from the operational problems at Bridgend prison. They relate to the cost of providing support staff to the prison (which they estimate cost £18,400) and other costs such as senior management time in dealing with the problems. We note that on account of these problems the Service have deducted £54,782 from payments due to Securicor/Costain, that they are seeking to make a further deduction of £51,915, and that they expect Securicor/Costain to bear the full cost of any additional staff which Securicor supply to the prison. We are concerned, however, that the penalties for non-compliance with performance measures are limited to 5 per cent of the annual contract price. We also note that the Service do not intend that prisons providing support staff to other prisons should be reimbursed for this service. We think this unsatisfactory. In our view prisons should meet the costs that they incur, otherwise it will not be clear what each prison is costing (paragraph 34).

      (iii)  We are also concerned that, although each of the three leading bidders submitted tenders for both of the contracts on offer, and one of them (Securicor/Costain) said that they would cut their bids if they were offered both contracts, the Prison Service did not explore with the bidders the extent of such savings to the taxpayer that might have been available (paragraph 35).

      (iv)  The Service gave us three reasons for not being willing to negotiate the award of both contracts to one bidder: that having one contractor responsible for both might increase the risk of delay in delivering the service; that they wanted to create a market in PFI prisons; and that if the prisons were late in opening they would have needed to use expensive police cells (paragraph 36).

      (v)  As regards the first, all contracts carry the risk that the contractor will not deliver the service required. But the Service were in no position to take an informed decision without carefully exploring how the particular risks of awarding both contracts to one bidder might have been addressed, and what the potential savings might have been. The Service disputed that, based on the savings offered by Securicor/Costain, the savings could have amounted to £65 million but agreed that they would have been about £30 million. We recognise that the Service were concerned about allowing Securicor to operate both prisons because of their lack of experience. It is possible nevertheless that savings might have been secured had the Service addressed the shortcomings in Securicor's operational plans and/or negotiated whether Costain could also have worked with another operator. Nobody will ever know for certain the amount of the savings that could have been secured because the Service did not pursue these matters with Securicor/Costain and the other bidders (paragraph 37).

      (vi)  As regards creating a market in PFI prisons, we recognise that these were the first prison contracts to be negotiated. But the number of bidders for these and subsequent contracts shows that there is active competition for this business. Furthermore, PFI contracts are always likely to be more expensive because of the higher financing costs paid by the private sector, and passed on to the taxpayer through the contract, unless they can be offset by innovation in design and delivery. If the market sees that contracts are in fact being spread around that will take the edge off the stimulus to produce innovative bids and the taxpayer is likely to end up with an unsatisfactory deal (paragraph 38).

      (vii)  As regards the cost of alternative accommodation, we are concerned that on average it costs £300 for each night a prisoner has to be accommodated in a police cell, and more in Wales, and that these costs represent net additional costs to the taxpayer and mainly relate to staff costs, often at premium rates. We are surprised at the high level of these charges (paragraph 39).

On whether better solutions could have been achieved

    (viii)  We regard it as unsatisfactory that the Service failed to obtain from the contractors compensation arrangements for possible delay in delivery or operational problems which would match their assessment of police cell accommodation costs. We note that the Service expect to be able to transfer more of this risk to contractors as the PFI process develops, and we look to them to do so (paragraph 55).

      (ix)  We are concerned that the Prison Service were unable to use at Fazakerley the cost saving approach offered by Securicor/Costain. We regret that the Service did not examine with Securicor/Costain whether this would have been possible, for example, through sub-contracting, while spreading the risks which might have arisen through using the same contractor on both projects (paragraph 56).

      (x)  The arrangement whereby Skanska International Building AB, part of the Securicor/Costain consortium, assisted Costain on the Bridgend building work was one way of spreading risk. We recognise that bidders will wish to protect their intellectual property in any innovative proposals they put forward. But in our view this need not prevent the Service seeking to engage bidders in innovative ways of sub-contracting work in order to lay off the risk of using one contractor on a group of projects (paragraph 57).

      (xi)  Alternatively, the Service could have considered awarding separate building and operating contracts which they have previously been able to use effectively with good savings. In this connection, we note that they have been considering whether, in future, other PFI variants can be used such as letting a contract for the design, construction and financing of a prison, with the prison being managed by the public sector. We note that their recent review of this issue concluded that separate building and operating contracts do not offer value for money compared with contracts which combine these aspects and the financing of the project. Nevertheless, given their concerns about Securicor as an operator at both prisons, a separate building contract might have enabled them to make use of Costain's cost saving design at both Fazakerley and Bridgend (paragraph 58).

      (xii)  We recommend that the Service should include in their option appraisals consideration of these various methods of procurement (paragraph 59).

On the appointment of advisers and their costs

    (xiii)  We find it inexplicable that, despite numerous previous recommendations from our predecessors, and guidance from the Treasury, the Service appointed their financial advisers (Lazards) without a competition. Advisers should be appointed through full and open competition in all save the most exceptional circumstances (which did not apply here as these were large procurements being planned over an extended period). This is particularly critical where departments are engaged in new undertakings such as a PFI procurement. We look to the Prison Service to ensure that in future their advisers are appointed through competition (paragraph 66).

      (xiv)  We note that legal fees were the largest component of the advisory costs incurred by the Service. We are concerned that the Prison Service set an initial estimate for no more than four months work from their main legal advisers but that, in the event, their fees of £634,000 exceeded the initial estimate by more than three times. We are also concerned that the total cost of legal advice was £821,000 which exceeded the initial estimate by more than four times. We note the Service had difficulty in estimating the costs of legal work in these first PFI prison projects and that they have learned from this initial experience. We look to them to budget for, and control, the costs of legal advice in future PFI procurements (paragraph 67).


1  C&AG's Report (HC 253 of Session 1997-98) para 1 Back

2  ibid para 1 and Figure 1, p1 Back

3  ibid para 4 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 29 July 1998