THE PRIVATE FINANCE INITIATIVE: THE FIRST
FOUR DESIGN, BUILD, FINANCE AND OPERATE ROADS CONTRACTS
THE MANAGEMENT
OF THE
PROCUREMENT PROCESS
7. The objectives of the Highways Agency in letting
these contracts were as follows:
a) The new roads would be designed and
constructed and the new and existing roads would be maintained
and operated safely and satisfactorily so as to minimise any adverse
impact on the environment.
b) The enthusiasm of the market for such road
contracts would be tested across a range of different scheme types.
c) The contracts would assist in the establishment
of a road operating industry within the private sector.
d) Innovation would be promoted.
e) Value for money would be maximised through
the use of a competitive process and by allocating risks between
the public sector and the private sector in the most appropriate
manner.[4]
8. During April and May 1994, the Department and
their advisors consulted widely with key players and potential
participants on the concept of Design, Build, Finance and Operate
roads. This exercise ensured that when the competitions for the
four roads were formally announced in the Official Journal of
the European Communities in August 1994 the market was well prepared,
giving the Agency confidence that there was sufficient interest
to stage worthwhile competitions.[5]
9. The Agency received pre-qualification submissions
from 17 consortia comprising some 70 individual companies. Twelve
consortia met the pre-qualification criteria and the Agency ranked
them against the individual projects in accordance with the scores
achieved.[6] The Agency
decided to invite four consortia to bid for each project taking
account of various factors in addition to the scores achieved
at the pre-qualification stage. The ability to build and finance
the project was a major consideration. No consortium was to be
invited to bid for more than two of the projects and where possible
the Agency took into account preferences expressed by the consortia
at pre-qualification.[7]
Table 1 shows the 11 consortia invited to bid for each project
and their ranking position at pre-qualification.
Table 1: The consortia invited to tender for each scheme
and their pre-qualification ranking
M1-A1
|
Ranked
|
A1(M)
|
Ranked
|
A419/A417
|
Ranked
|
A69
|
Ranked
|
UK Highways
| 2=
| Road Management Group
| 1=
| Road Management Group
| 1=
| Autolink
| 3=
|
Yorkshire Link
| 2=
| Connect
| 4
| Connect
| 1=
| Modern Highways
| 3=
|
Express Route
| 7=
| Autolink
| 5=
| UK Highways
| 3
| RoadLink
| 7
|
Hochtief
| 7=
| Modern Highways
| 5=
| National Road Operators
| 7
| Graham Network Operators
| 8=
|
Source: Comptroller
and Auditor General's Report, Figures 4 and 5
Note: Route Management
also pre-qualified but were not invited to bid
10. We asked the Agency why two of the top ranked
consortia for each of the two largest projectsthe M1-A1
and the A1(M)were not invited to bid for those projects.
We also asked why the Agency had selected for the A69 bidders
whom they had ranked only third equal, a seventh and an eighth,
and whether better deals might have been obtained had higher ranked
consortia been invited to bid. The Agency told us that they sought
to achieve a position whereby any consortium achieving pre-qualification
was capable of producing a quality bid capable of winning the
competitions. The pre-qualification stage itself was not aimed
at selecting winning bidders but had to take account of the preferences
expressed by bidders and of the likely capability of particular
bidders to take on more than one project.[8]
The scope for innovation
11. Evidence from those involved in the bidding process
indicated that although innovative solutions were encouraged in
the tender documents, in practice, the Agency showed little enthusiasm
for them. Twice as many indicated that the Agency were not enthusiastic
about their innovations than those who indicated the Agency were
enthusiastic.[9]
12. We therefore asked the Agency why they did not
do more to encourage innovation. The Agency told us that they
had been constrained by commitments and decisions made during
the public inquiries which had taken place before the competitions
were opened. Since the contracts were signed, however, they had
varied core requirements where they had been convinced there had
been a demonstrable case for doing so. Consortia had sought some
3,400 variations to standards of which some 3,000 had been pursued
and 372 requests for innovative variations had been made of which
some 94 per cent had been accepted. All of these variations had
been consistent with the Secretary of State's statutory obligations.
The Agency said that they had learned lessons from these four
projects and would continue to learn in the future.[10]
13. The core requirements specified by the Agency
were derived from the project plans and orders following public
inquiries. In response to the Agency's invitation some bidders
proposed variant bids which sought to provide value for money
but departed to some extent from the core requirements. To ensure
fairness the Agency did not pursue such proposals without allowing
other bidders the opportunity to bid on the same basis. This led
on one occasion to the bidder withdrawing the suggested variation,
as the bidder did not wish to share the idea with other bidders.
In the event the bidder concerned won the competition and re-introduced
the variation which was accepted by the Agency and saved an estimated
£600,000. The bidder had, however, originally estimated the
saving at £1 million.[11]
14. We asked how such a case would be handled in
the future to ensure that the benefits of innovations put forward
could be exploited and whether a way could be found to enable
bidders with innovative ideas which gave them a competitive advantage
to bid on that basis. The Agency told us that on implementing
innovative ideas they would remain constrained by undertakings
given during public inquiries. They said that European procurement
rules required them to be careful to ensure that all bidders felt
that the process was fair to them all. The Agency admitted, however,
that they needed to look closely at the lessons learned from this
first set of contracts to see how best they might encourage and
exploit innovative ideas.[12]
The length of the procurement process and the
cost of advisors
15. There were delays in the procurement process
compared with the original timetable. Ministers had originally
said that the first contracts would be let within 18 months of
the announcement that competitions were to be established in December
1993. In practice they were awarded between January and March
1996, some six to nine months after the latest target date.[13]
16. We asked the Agency why the competitions took
so long and what steps had been taken to improve matters. The
Agency told us that they accepted that it had been a long process
but the reason for the delay was the experimental nature of the
projects. The contracts were complex, required extensive consultation
with the industry and the City and clear financial models. The
development of the model contract had also extended the time required.
They said that they had learned lessons, and that documents such
as model contracts had and would be used on subsequent contracts.
They had also been passed to other organisations such as local
authorities who might wish to adopt the Design, Build, Finance
and Operate approach. The Agency told us that they were hopeful
that these lessons would reduce the cost and time required for
future contracts.[14]
17. We asked the Agency whether they believed bundling
individual road projects together had risked delay to the projects
concerned and jeopardised the PFI as a whole. The Agency told
us that decisions on which projects should go ahead were for Ministers
but that they believed the decision to use the PFI approach had
brought these projects forward earlier than had they been subject
to conventional procurement. They did not believe that bundling
projects together would lead to delays in the future because they
had now been through the learning curve.[15]
18. The Department of Transport and the Highways
Agency made extensive use of external advisors to provide financial,
legal and technical advice during the procurement competitions.
In total they spent some £8.3 million on external advice
to let the first eight Design, Build, Finance and Operate contracts.
Information was not available to disaggregate this figure between
individual contracts.[16]
19. We asked the Agency why their advisory costs
had been so high and why they had no disaggregated information
about the costs of individual projects. The Agency told us that
there were three reasons for the high costs: Ministers had sought
policy advice on whether the schemes were viable or not; specific
project advice was sought on the first four projects themselves;
and, project advice was also provided on the second tranche of
four schemes. All of this work had been covered by single contracts
with the legal and financial advisors.[17]
Although they had not disaggregated the different elements in
the fees paid to individual advisors, they told us that fees were
mainly in respect of financial and legal advice. This had been
required because of the financial complexity of the deals and
because of the development of the model contract aimed at securing
the position of the Secretary of State in the future.[18]
20. We asked the Agency for information on the original
fee caps set for the advisors and why these had been renegotiated.
The Agency told us that in 1994-95 they had set fees for individual
advisors and had subsequently renegotiated them as shown in Table
2. In 1995-96 the Agency had set a total budget of around £6 million
to cover all three sets of advisors but had not set individual
budgets.[19]
Table 2: Original and renegotiated 1994-95 fee caps
set for advisors
Advisors
|
Original cap (£)
|
Renegotiated cap4 (£)
|
Hambros / Price Waterhouse1
| 660,000
| 1,008,000
|
| | |
Denton Hall2
| 264,000
| 426,000
|
Sir William Halcrow and Partners3
| 70,000
| 150,000
|
Totals
|
994,000
|
1,584,000
|
Source: The Highways
Agency
Notes:
1. To assist in the development of the Design,
Build, Finance and Operate concept up to tender invitation stage.
2. Appointed to provide legal advice on the
development of a model contract.
3. Appointed to supplement Agency resources
in preparing tender information.
4. Caps were renegotiated during 1994-95 in
recognition of the complexities involved, and the addition of
four new projects to be taken forward.
21. The Agency told us that as the complexity of
the deals became better understood, it was clear that the original
budgets would not be sufficient. During the process Ministers
decided to go ahead with a further four schemes under tranche
1A which also came within the remit of the advisors' contracts.[20]
22. We asked the Agency whether the fees were charged
on an hourly rate, whether they were fixed for a particular task
or whether a simple cap was applied above which reference back
to the Agency was required. They told us that fees were based
on hourly rates and that they were satisfied that such an approach
offered value for money as the appointment process had been very
competitive.[21]
23. We asked the Agency why they had not paid their
advisors on a task by task basis. The Agency told us that it was
a matter of judgement but that it might have been more risky to
adopt a fixed price basis for developmental work of the kind involved.
This was because should the Agency decide to cut the work under
the contract they would still have been liable for full payment.
We asked whether the use of hourly rates had weakened the Agency's
negotiating position with their advisors. The Agency told us that
there had been some extremely straightforward conversations during
and since the contract negotiations.[22]
24. We asked the Agency why advisors for the second
tranche of contracts had not been tendered for separately rather
than simply re-appointing existing advisors and whether any change
in hourly rates had been negotiated. The Agency told us that the
same advisors had been appointed for the second tranche because
Ministers considered there to be an overlap with the first four
contracts. There had been no re-negotiation of rates although
since then the Agency had re-tendered the contracts for advisors
.[23]
Conclusions
25. The Agency ranked the consortia who had achieved
pre-qualification, but did not invite two of the top-ranked consortia
to bid for the two largest road schemes. We do not see the point
of ranking consortia at the pre-qualification stage, if those
rankings are to be ignored, and we remain puzzled at the rationale
for the choice of bidders for each scheme.
26. Following the award of contracts, the Agency
accepted proposals put forward by the operators for more than
3,000 variations and innovative ways of varying standards. This
suggests that the core requirements in the original tender documents
were too tightly drawn to encourage novel ideas. However, the
exploitation of private sector innovation is critical to the success
of the PFI in delivering improved value for money. We expect the
Agency to do their utmost in future to minimise core technical
requirements.
27. These post-contract changes reflect innovations
which might be applicable to other road schemes, whether or not
privately financed. The Agency should learn from these ideas and
consider how far they might be applied more widely.
28. We expect the time required to let such contracts
in the future to reduce substantially now that the Agency have
invested the time, money and effort in developing model contracts.
29. PFI contracts are inherently complex and there
is therefore often a need for expert external advice. Notwithstanding
the explanations offered by the Agency, we are concerned at the
escalation in the cost of advisors from the original limit of
just under £1 million to a final cost of more than £8 million.
The Agency have now paid for their expensive policy advice and
the development of a model contract. We therefore expect them
to drive a much tougher bargain with their advisors in the future.
Whenever possible advisors should be appointed on the basis of
fixed prices for specific pieces of work. In the case of development
type work, capped fees should be set in the light of experience
and held to. Costs should be closely monitored and controlled
against the agreed fees as they are incurred on a project by project
basis.
4 C&AG's
Report paras 1.2 and 1.4 Back
5 C&AG's
Report para 1.10 Back
6 C&AG's
Report para 1.12 and Figure 4 Back
7 C&AG's
Report para 1.13 Back
8 Q2, Qs
33-36, 115-118 Back
9 C&AG's
Report para 1.27(f) and Figures 22 and 23 Back
10 Qs 3-5,
100, 122 Back
11 C&AG's
Report para 1.23 and Box 1 Back
12 Qs
101-103 Back
13 C&AG's
Report para 1.1 Back
14 Qs
6, 82-87 Back
15 Qs
86-87 Back
16 C&AG's
Report para 1.30 and Figure 9 Back
17 Qs
8,127-128 Back
18 Qs
27-28, 41-46 Back
19 Evidence,
Appendix 1, p17, paras 1.10-1.11 Back
20 Q29 Back
21 Qs
47-49 Back
22 Qs
51-55 Back
23 Qs
56-57 Back
|