PAPER C

 

Purpose : For Decision

Committee:    CABINET

 

Date:               3 OCTOBER 2006

 

Title:                STRATEGIC TRANSFORMATIONAL PARTNER PROCUREMENT MECHANISM AND TIMETABLE

                       

REPORT OF THE DIRECTOR OF POLICY, PERFORMANCE AND PARTNERSHIPS AND DEPUTY CHIEF EXECUTIVE

 

IMPLEMENTATION DATE : 13 October 2006


 

 


PURPOSE

 

1.                  To establish a procurement mechanism, and a target timetable to select a Strategic Transformational Partner and to identify governance arrangements for the development of the Partnership.

 

BACKGROUND

 

2.                  The development of a Strategic Partnership has been in several phases.

 

3.                  The procurement of advisers on scope, development and procurement process and type of partnership was reported to the Cabinet on 21 October 2005.  This report set out the principles of the development of a Strategic Partnership, as well as key indicative timetables and costs.

 

4.                  An initial Feasibility Study was reported to Cabinet on 17 January 2006 and the drafting of an Outline Business Case, by PA Consulting, was commissioned.

 

5.                  The Outline Business Case was accepted as the basis of further developmental work by the Delegated Decision of the politically accountable Cabinet member on 29 August 2006.

 

6.                  The Scrutiny Committee has considered the development of the Strategic Partnership on two occasions and has actively considered whether or not to pursue a line of enquiry into the emerging partnership.

 

STRATEGIC CONTEXT

 

7.                  The Partnership is being developed in order to assist in the delivery of a medium term financial plan which requires substantial efficiency savings year on year and the delivery of continually improving services with an ever greater customer focus.  These objectives are set out in the Aim High Corporate Plan under the outcome of become a high performing, cost-effective Council.

 

8.                  A successful Strategic Transformational Partnership has the potential to deliver a substantial percentage of the required corporate efficiency savings over a three to five year period, well in excess of the national “Gershon” efficiency requirements.  The simultaneous enabling of significant improvements in customer focus is both a mechanism by which efficiencies are delivered and a discrete corporate objective.

 

CONSULTATION

 

9.                  The decision proposed in this report concerns procurement processes and timetables.  These are the means to deliver outcomes, such as better customer services and more efficient operation of the Council, which are the subject of direct public consultation, for example through the Citizens Panel.  The technical details of the mechanism for delivery do not lend themselves to wider public consultation.

 

10.             Consultation with stakeholders and with staff potentially affected by the Partnership takes place through established mechanisms as and when necessary.

 

LEGAL IMPLICATIONS

 

11.             The external partner in the proposed Strategic Transformational Partnership may share substantially with the Council the risk and reward of the Partnership.  The value of the contract will significantly exceed EU procurement thresholds and the procurement process must be compliant with EU procurement rules.

 

12.             The decision to pursue a procurement exercise creates no obligations on the Council beyond establishing the framework within which the procurement, and any subsequent contract, will be delivered.

 

OPTIONS

 

Procurement

 

13.             Procurement may be by one of five routes:

 

(a)               S-Cat

(b)               Catalyst

(c)               OJEU open procurement

(d)               OJEU restricted process

(e)               OJEU competitive dialogue

 

14.             S-Cat and Catalyst are UK Government procurement mechanisms which pre-qualify firms and consortia for appointment to projects.  The Council could approach a number of firms or consortia on either list and run a mini competition to select a provider on best value principles.

 

15.             This is not the recommended option.  The S-Cat process is being wound down and contracts let through that mechanism have to be in place during October 2006.  This to too tight a timescale for the STP procurement.

16.             Catalyst is a new, currently quite limited, list of providers.  The list excludes some of the major players in local government improvement programmes and is not therefore a viable option.

 

17.             Finally, each list is closed and procurement by either list-based method would prevent a consortium put together specifically for the Isle of Wight Council opportunity, perhaps including one or more Island-based providers.

 

18.             The three OJEU processes have their own merits and draw backs.  Each is open to any provider who chooses to make a proposal.

 

19.             The open process requires all interested bidders to make a full tender, which must then be evaluated by the Council.  This is the most time-consuming process, for unsuccessful bidders and for the Council.  As many as 20 or 30 bids could be anticipated, the great majority of which will be rejected at the shortlisting stage.

 

20.             The restricted process has an additional phase.  Potential bidders are invited to complete a Pre-Qualification Questionnaire, to ascertain their suitability for the proposed Partnership against a number of specified criteria.  From a substantial number of bidders the pre-qualification phase produces a short list of around 8 providers who are invited to submit full tenders for evaluation.

 

21.             Each of the open and restricted processes lead to a short-list of providers who can be invited to make presentations for final evaluation.

 

22.             The final OJEU alternative, competitive dialogue, requires the Council to engage in developmental discussions with a range of potential providers to ascertain what the marketplace can offer.  A Specification is developed over a number of stages as potential partners are rejected and the proposals of the remaining bidders are refined.

 

23.             The competitive dialogue route is ideal for projects where the marketplace is rapidly evolving and the procuring Council is not entirely clear about what services they are wishing to buy.  It is the most time-consuming and resource-intensive process.  It is also a new addition to the available list of procurement methodologies and is thus the most vulnerable to challenge.

 

24.             It is recommended that the OJEU restrictive process be followed.

 

Process and Target Timetable

 

25.             The proposed timescale under the OJEU Restricted procedure set out below balances the need for a rapid process to let a partnership contract as quickly as is practically possible and the need to develop the specification carefully ensuring it has the benefit of wide internal ownership, and public scrutiny.

 

26.             Timetable:

 

·                    Cabinet approval of procurement process – 3 October 2006

 

·                    Gateway Review – November 2006

 

·                    Announce successful bidder – May 2007

 

27.             The evaluation criteria and weightings must be clearly established in the Invitation to Tender documentation. The criteria must be specific enough to inform potential bidders of the nature of the services to be procured and indeed the basis upon which the contract is to be awarded, but can be sufficiently broad to ensure that it does not exclude any services which the council wishes to procure nor unduly constrain a reasonable degree of flexibility and judgement in selecting the successful bid.

 

28.             The objective of the selection process is to assess the responses to the Pre-Qualification Questionnaire and to select a number of potential service providers who will proceed to the next stage of the procurement exercise. In other words, it is the shortlisting of those companies who will be invited to tender. 

 

The key shortlisting criteria, using information drawn from the completed PQQ responses, will be as follows:

 

·                     Economic and Financial Standing - Applicants must be in a sound financial position to participate in a procurement of this size. This may entail independent financial checks.

 

·                    Governance - The existence of satisfactory corporate governance arrangements.

 

·                    Track Record - Evidence of a successful track record of providing similar or comparable services to those being sought by the Council.

 

·                    Capacity and capability - Evidence of the totality of resources and core competences (relevant to a potentially successful STP).

 

29.             Subsequent to this shortlisting process, those applicants who are invited to tender will have their tenders evaluated (in due course) against the award criteria as set out in the OJEU contract notice.

 

GOVERNANCE

 

30.             Clear governance arrangements are essential.  It is proposed that:

 

·                    The Cabinet be the principal decision-maker, approving the Pre-Qualification Questionnaire, the Invitation to Tender and Specification, making the conditional award of contract and approving the mobilisation phase.

 

·                    The Invitation to Tender will specify project management and performance management structures identifying roles for senior accountable officers, the Chief Executive as project sponsor and for the Cabinet Member for the Economy, the Customer, Communications, Tourism & Leisure, as senior accountable politician.

 

EVALUATION

 

31.             Evaluation of Pre-Qualification Questionnaires is essentially a technical exercise to be led by Officers, reporting to the Cabinet through the lead Cabinet member.

 

32.             The accountable Cabinet member will recommend a shortlist of bidders following the Pre-Qualification Questionnaire process.

 

33.             Evaluation of tenders is a more intensive process, again led by officers.  Reporting of recommendations should be to a panel comprising senior officers, including the Chief Executive and Director of Finance and lead Cabinet members including the Leader of the Council, the Cabinet Member for Resources and the Cabinet member accountable for the Strategic Transformational Partnership.

 

34.             Short-listed firms will be invited to a final presentation-based evaluation phase.

 

35.             Presentations will be evaluated by the same panel which recommended the short-list.  That panel will itself recommend, following the presentation evaluation, a preferred supplier to the Cabinet.

 

36.             The final evaluation stage should be as open as possible.  Presentations to the evaluation panel will be in front of observers which may include elected members, other senior officers and workforce representatives.  Commercial confidentiality must, however, be assured. 

 

RISK MANAGEMENT

 

37.             There are risks associated with the procurement phase.  These will include:

 

·                    No acceptable proposal being made by a suitably qualified bidder.  This is unlikely as the market is well-established with major and niche providers.

 

·                    Slippage of timetable due to unavoidable factors such as ill-health or other unavailability of key players.  Little slippage is built into the timetable and any significant slippage will have an impact on the 2007-2008 budget. Contingency provisions will need to be written into that budget.

 

·                    Technical error in procurement process.  The risk of challenge is relatively low but the consequences are significant.  Procurement of external technical and legal advice will assist in mitigating this risk.

 

·                    A partnership being entered into on the basis of a specification which does not deliver the needs of the organisation.  This risk can be mitigated by continued use of external capacity and advice from PA Consulting and other white collar advisers, including legal advisers.  The involvement of the Scrutiny Committee would assist significantly in managing this, and other risks.

 

38.             The principal risk of mitigation in relation to the latter risk, is to conduct a Gateway Review now which will provide appropriate challenge around the assumptions underpinning the proposed Contract.  There may need to be further Gateways built into the process as we proceed.

 

39.             In order to balance the risk of the mobilisation phase not resulting in a contract with the preferred partner the Council should identify a first reserve from those firms short-listed, to become the partner in the event that business planning with the preferred partner breaks down.

 

40.             Adopting a timetable and initiating a restricted OJEU procurement process creates limited risk.  The detailed specification can continue to develop and the Cabinet can, in due course, take a decision to issue an appropriate ITT – or not to proceed with the procurement within the indicative timetable (or, indeed, at all).

 

FINANCIAL IMPLICATIONS

 

41.             There is an allocated reserve of £410,000 for the further planning and procurement of the STP and/or the delivery of immediate performance or efficiency projects.

 

42.             Member approval for work undertaken by PA in relation to the development of the Strategic Transformational Partnership is currently to a maximum of just over £200,500.  Fees paid to PA to date amount to £125,000 with a further commitment of £58,000.

 

RECOMMENDATIONS

 

43.             It is recommended that:

 

(i)                  A restricted OJEU procurement process is adopted.

 

(ii)                An OJEU Notice and Pre-Qualification Questionnaire consistent with paragraph 27 be published, once a Gateway Review has been undertaken to the satisfaction of the Chief Executive in consultation with the accountable Cabinet Member, on advice from the project group. This will be evaluated in accordance with the paragraph 28.

 

(iii)              The outline timetable set out in paragraph 26 be noted.

 

(iv)              The Cabinet receive a future report approving the Invitation to Tender and Specification.

 

(v)                That the Deputy Chief Executive in consultation with the Leader of the Council, the Cabinet Member for Resources and the accountable Cabinet member for the Strategic Transformational Partnership be authorised to invite a long-list of qualified bidders to submit tenders.

 

BACKGROUND PAPERS

 

44.             Cabinet papers - 21 October 2005 and 17 January 2006

 

45.             Delegated Decision – 29 August 2006

 

46.             Feasibility Study

 

47.             Outline Business Case

 

Contact Point :     John Lawson, Director of Policy, Performance and Partnerships

and Deputy Chief Executive, ' 823203, email [email protected]

 

 

 

JOHN LAWSON

Director of Policy, Performance and Partnerships

and Deputy Chief Executive

COUNCILLOR TIM HUNTER-HENDERSON

Cabinet Member for The Economy, The Customer, Communications, Leisure and Tourism