The Committee received the agenda pack and
second dispatch (containing the service’s response) for the
call-in of the decision taken by the Cabinet Procurement Committee
– PROC12 – Contract for the supply of desktop and
laptop hardware and associated professional services and the exempt
appendix to the report, which would be considered during a private
session.
1.
Introduction to the Call-in
Cllr Paul Strang introduced the reasons for
the call-in, and was questioned by the Committee, and the following
was noted:
- Concerns that the tendering process
for the IT contract failed by not securing valid bids on two
occasions from more than one supplier.
Therefore there was not a range of competitive choices and the
contract will not result in value for money.
- Implementation of the IT contract
should be delayed by 6 months so that a review of the tendering
process could take place to obtain a better understanding of the
market, an improved price and lessons learnt.
- It was particularly important that
the Council established why 10 of the suppliers invited to quote
had not submitted bids; whether demand was out-stripping supply in
market, was the Council’s framework flawed (and had other
options been considered) or did suppliers find Haringey’s
requirements unworkable or too risky, particularly because the
Council could not guarantee purchasing a minimum number of units
within the contract?
- The matter should be referred back
to the decision maker for reconsideration.
2. Cabinet
Member and Service Responses to the Call-in
The Cabinet Member for Finance and Carbon
Reduction, Cllr Joe Goldberg, responded to the points raised,
including:
- The procurement process had not
failed but the Cabinet Member recognised that there were risks in
the market; therefore less competition.
The process had been compliant with legislation, the framework and
had achieved a successful outcome.
- There was no evidence that
re-tendering would result in a different outcome and delaying
implementation of the contract would mean the Council risked losing
the contract which was the only option available and, if delayed
for re-tendering, inflation could mean a more expensive contract
and less value for money.
- The Cabinet Member highlighted that
he would have preferred to have had more tenders submitted during
the procurement process. He still
believed that the Council had achieved value for money because
comparisons were able to be made between Bidder A and Bidder B
(whose tender could not be finalised) and a reasonable price per
unit and flexible contract had been achieved. The contract included
hardware installation and network updates.
- The IT contract would be paid for
out of capital funds (ring-fenced for capital projects) and this
spend would be separate to budgets which paid for frontline
services.
- While Cabinet Procurement Committees
were public meetings there had been no challenges during this
decision making process which began at a Cabinet meeting in July
2010 and included the item being considered at a further Cabinet
meeting in September 2011 with a final decision being made in July
2011.
- The Council was clear in its
invitation to quote (ITQ) about current staffing levels of 4000 and
the likelihood that this would be reduced by 1000.
In response to questions from the Committee
the following was noted:
- The Council had taken
steps to attract a sufficient number of bidders from the Buying
Solutions framework and with a requirement for them to take part in
a reverse auction where supplier’s starting prices could be
lowered through progressive bidding.
This initial approach to suppliers resulted in only one bidder and
the Council decided not to proceed with the procurement process on
this basis. A number of suppliers had apparently decided not to bid
because their margins were already very tight and they were not
prepared to take part in a reverse auction.
- The Council
subsequently re-tendered (but seeking traditional sealed bids
rather than using reverse auction methods) and received only 2
priced bids, one of which could not be accepted as it was not
finalised.
- The Council then went
through a benchmarking process to compare the prices bid against
market data plus other contract prices and officers were satisfied
that the Council had achieved a very competitive Value for Money
outcome.
- The Committee was
given price comparison information that demonstrated significant
Value for Money had been achieved against benchmarked prices. The
Council was achieving prices that were 9% and 17% (desktop and
laptop respectively) lower than best prices elsewhere.
- The Council had asked
suppliers for reasons why they had not submitted bids and only
three responded stating that they could not compete effectively on
the scope of the tender and one responded stating that they did not
have resources at the time to put together a bid and go through the
tender process.
- Council officers
stated that they were comfortable with the 12 suppliers invited to
tender and recognised that whilst there was a lot of competition in
the market and hardware margins were currently very tight, these
suppliers were considered to be capable of delivering the whole IT
package (hardware and associated support).
- The procurement
process was fully compliant with procurement regulations and
Council Standing Orders.
- Had Council
representatives sought the advice of other local authorities or
Buying Solutions (who managed the procurement process) about
whether a single bid was acceptable?
The Cabinet Member reported that he had discussed with other local
authorities which had experienced procurement resulting in a single
bidder and this was not unusual.
- Another framework had
been considered before deciding to proceed with Buying
Solutions.
- Joint procurement
with other local authorities had been considered, although not for
this contract mainly because of timings.
- Risks were not
quantified in the report. It was
explained that council officers needed to access key central
government websites particularly in the benefits
departments. The Council had an
agreement with central government that it would replace its system
(which was currently supported by a separate secure system) within
the next 6 months and doing so on a piecemeal basis would not be
cost effective.
- The
Committee noted that the amount of budget approved in the IT
Strategy was for £3.3 million however,
this amount was above the actual amount of expenditure that was
likely to take place.
- Officers explained that the contract
being procured was a “call-off” contract, without any
committed volumes; and this therefore allowed the Council to only
buy what was needed and recognising and making allowances for
ongoing staff reductions.
- The contract was flexible and there
were no penalties if the Council did not purchase a certain number
of units.
Clerk’s
note: 21:35 hrs - The Cabinet Member
left the meeting at this point.
The Committee debated the issue and the
following was noted:
- The Committee expressed concerns
that plans to replace the deteriorating IT infrastructure appeared
to have been left to such a late stage that any delay could expose
the Council to unacceptably high levels of risk and could have
potentially serious implications to the provision of services to
residents.
- The time constraints that this had
imposed may have restricted the Council’s scope for exploring
all available options for securing best value. Effective planning
processes were required to ensure that hardware was replaced at the
optimum time and in a manner that minimised potential risk and took
into account the likely time required to undertake effective
procurement.
- The Committee agreed with the
Cabinet Member’s comments that it was not ideal to have to
replace all laptop and desktop computers at once and welcomed
proposals for a more phased renewal programme.
- The Committee shared the Cabinet
Member’s disappointment that the procurement exercise had
yielded only one valid tender from potential suppliers, despite the
best efforts of the Council’s procurement team. The goods and services in question were not of a
highly specialised nature but from one of the most competitive and
diverse markets in the country. A
competitive tendering exercise would therefore be expected to yield
a substantially higher level of interest.
- The Committee was of the view that
the process that was undertaken in this instance should be reviewed
so that the reasons for the low response could be established and
explored and, if necessary, appropriate improvements made to the
procurement process. The Committee requested that the report of
this be submitted to a further meeting of the Committee.
- The potential for collaboration with
other local authorities in the procurement and provision of IT
services should be considered.
- ACTION NO 39: The
Committee agreed that a letter should be sent to the Cabinet Member
on behalf of the Chair of the Overview & Scrutiny
Committee
The Committee asked for guidance from the Deputy
Monitoring Officer on the basis for the appendix to the report
being exempt and whether all of the information on the two sided
document should be considered as exempt. The Deputy Monitoring Officer explained that all
the information in Appendix A should be considered as
confidential.
RESOLVED
1a. That the decision
taken by the Cabinet Procurement Committee in relation to the
contract for the supply of desktop and laptop hardware and
associated professional services on 28th July 2011 was
inside the Council’s policy and budget Framework.
Councillor Butcher MOVED to refer the matter back to the Cabinet
Procurement Committee as the original decision maker. This was not seconded.
The
Chair MOVED that no further action be taken. This was SECONDED by Councillor Meehan.
A vote
was taken and CARRIED; 5 in favour, 1 against and 2
abstentions.
RESOLVED
2a. That no further
action be taken in relation to the decision taken by the Cabinet
Procurement Committee at its meeting on 28th July
relating to the contract for the supply of desktop and laptop
hardware and associated professional services.
2b. That the Chair would
formally write to the Cabinet Procurement Committee expressing the
concerns raised by the Overview & Scrutiny Committee about this
procurement process as noted in the minutes above.
2c. That a review of the
procurement process in this instance should be conducted so that
the reasons for the low response can be established and explored
and, if necessary, appropriate improvements can be made to the
procurement process and lessons can be learnt. A report on this should be brought to a future
Overview & Scrutiny Committee.