The Agency maintained its bargaining position through to the selection of a preferred bidder

2.15  In January 2003, the Agency issued bid documents to the four short-listed consortia, but two dropped out before bids were submitted in July. The BT/AMEC consortium withdrew because it considered that its proposal to run the services through BT's national network, rather than the Agency's dedicated cable network, could not be developed sufficiently to put the consortium into a strong winning position. The Serco/ Marconi consortium dissolved when its potential debt providers became nervous about the financial difficulties that Marconi was then experiencing. Rather than exit the procurement, Serco obtained the Agency's approval to join the LINK consortium.

2.16  Between July and October 2003, the procurement team evaluated the bids from the two remaining parties, GeneSYS and LINK. Both bids included proposals, issues and omissions that the Agency was not prepared to accept. To find workable positions, the Agency introduced an additional stage in the procurement. Between October and December 2003, the Agency regularly met each bidder to work through the non-conforming proposals. In December, the bidders formalised the changes by revising their proposals, issues and omissions in their original bids.

2.17  In the revised bids, all but two of the Agency's non-negotiable issues (Figure 12) were fully resolved. The two outstanding issues remained features of GeneSYS's bid, but rather than expel GeneSYS from further participation in the competition, the Agency downgraded the status of the non-negotiable issues to proposals, issues and omissions that it was prepared to consider (Figure 12). The decision avoided a single bidder situation, but was achieved at the risk that the Agency would not later be able to secure the terms it wanted as the momentum of the procurement grew.

11

The Agency received four satisfactory responses to its 2002 pre-qualification questionnaire

 

Consortium

Members

The Agency's scoring of
potential bidders (maximum 100)

Marconi/Serco

Marconi Communications Ltd, Serco Ltd

85.20

GeneSYS

Fluor & Mott Macdonald

80.44

BT/AMEC

BT, AMEC

79.58

LINK

Pell Frischmann Consultants Ltd, Thus, Royal Bank of Scotland plc, Morrison Construction Ltd

65.64

Balfour Beatty Power Networks

Balfour Beatty Power Networks, Thus

Submission did not
qualify for marking

Morricom Ltd

Morricom Ltd, Optic Trunks Ltd

Submission did not
qualify for marking

Hennelly's

Hennelly's

Submission did not
qualify for marking

Colt

Colt

Submission did not
qualify for marking

Medlock/Mouchel

Medlock Communications Ltd, Mouchel

Submission did not
qualify for marking

Source: The Highways Agency

 

 

 

2.18  In April 2004, the Agency issued bid documents for a Best and Final Offer (BAFO) bidding round and received two bids in June. The Agency considered that the overall quality of GeneSYS's technical solution was higher than LINK's proposal, which was also more expensive. Our technical advisers, Mason Communications Ltd, confirmed that GeneSYS's solution was state of the art. The present value of the cost of LINK's bid was £190 million (2004 prices) higher than GeneSYS's bid (Figure 13 overleaf), which reflected the LINK consortium's more risk averse approach to the project.

2.19  From its analysis of the BAFO bids, the Agency saw that GeneSYS had a clear technical and price advantage over LINK. Even so, GeneSYS's bid continued to contain proposals, issues and omissions that the Agency was reluctant to accept. It therefore introduced a fourth bidding round (known as the Revise & Confirm round) with the purpose of reducing these outstanding issues. Knowing that LINK was unlikely to win the competition, the Agency indicated to the consortium the scale of the task it faced. Consequently, LINK withdrew from the competition.

2.20  The Agency informed GeneSYS of this change to the procurement, but did not appoint it as preferred bidder. The Agency's action avoided LINK incurring cost in fruitless pursuit of the contract, but brought the competitive phase of the procurement to an end before all issues were resolved. Consequently, the Agency ran the risk that the remaining bidder would exploit its single bidder position.

12

Unacceptable proposals, issues or omissions that remained after the bidders clarified their bids in December 2003

 

GeneSyS

 

Technical

 

The Agency listed five technical proposals, issues and omissions in GeneSYS's original bid that it was not prepared to accept.

The Agency removed all five issues from its list after GeneSYS provided additional information or demonstrated that it could meet the Agency's requirements.

Commercial

 

GeneSYS objected to a provision requiring the contractor to pay its sub-contractors within a stipulated time period.

GeneSYS refused to concede position on when sub-contractors are paid. While the issue remained fully outstanding, the Agency did not consider the point sufficient to exclude GeneSYS from further participation in the competition.

GeneSYS had not complied with the requirement to share with the Agency a full record of its costs, rates, lump sum prices and financials in providing the Services.

GeneSYS agreed to supply a breakdown of equipment costs and its mark-ups as part of its best and final offer. Information about the cost mark-ups, however, would be held by a third party and would only be released to the Agency in the event of it appointing GeneSYS as preferred bidder. The Agency was content with this arrangement.

The Agency listed four other commercial proposals, issues and omissions in GeneSYS's original bid that it was not prepared to accept.

The Agency removed these issues after GeneSYS confirmed that it would relax its position on all four issues. Nevertheless, aspects associated with these issues remained live during the other procurement stages.

LINK

 

Technical

 

The Agency listed five technical proposals, issues and omissions in LINK's original bid that it was not prepared to accept.

The Agency removed all five issues from its list after LINK provided additional information or demonstrated that it could meet the Agency's requirements.

Commercial

 

The Agency listed two commercial proposals, issues and omissions in LINK's original bid that it was not prepared to accept.

The Agency removed the issues from its list after LINK indicated that it was willing to change its position on both issues.

Source: National Audit Office

 

 

13

LINK's offer was consistently more expensive than GeneSYS's offer

 

 

Bid round

 

Cost in present value terms/
£ millions (2004 prices)

 

 

GeneSYS

LINK

Invitation to Negotiate (July 2003)1

Bid

450

 

690

 

Agency's adjustment for outstanding issues3

230

 

220

 

Total

680

 

910

Evaluation after Clarification (December 2003)1

Bid

450

 

690

 

Agency's adjustment for outstanding issues3

240

 

230

 

Total

690

 

920

Best and Final Offer2 (June 2004)

Bid

410

 

600

 

Agency's adjustment for outstanding issues3

80

 

170

 

Total

490

 

770

Revise and Confirm (September 2004)

Bid

410

 

-

 

Agency's adjustment for outstanding issues3

15

 

-

 

Total

425

 

-

At contract award

Bid

385

 

-

 

Agency's adjustment for outstanding issues3

0

 

-

 

Total

385

 

-

Source: National Audit Office

 

 

 

 

NOTES

1  These April 2004 priced figures were calculated by inflating April 2003 prices using the Office for National Statistics' Retail Prices Index CHAW (all items).

2  Between the Evaluation after Clarification and the Best and Final Offer, the Agency reduced the scope of works that would be covered by the base service charge.

3  The values that the Agency assigned to the proposals, issues and omissions that did not conform with the Agency's bid requirements.

 

2.21  In the event, when GeneSYS submitted its Revise and Confirm bid, the present value of its offer had not increased from its BAFO bid. Moreover, clarifications provided by GeneSYS about its technical solutions and its proposed amendments to the terms of the contract led to a £65 million reduction in the Agency's estimated financial impact of outstanding proposals, issues and omissions (Figure 13). The values that the Agency assigned to commercial issues in GeneSYS's BAFO bid, which collectively amounted to £58 million, were cautious estimates based on the professional judgements of the Agency's advisers. The subsequent reductions (£48 million) reflected revised judgements of the advisers as they obtained a better understanding of GeneSYS's commercial proposals or secured concessions from the bidder (Appendix 2). The Agency placed zero value on the concessions that it made.