Three Rivers District Council William Penn Leisure Centre Contract Procedures Review February 2013 Draft for discussion Three Rivers District Council | Review of the Redevelopment of the William Penn Leisure Centre | February 2013 Contents Section Pages Executive Summary 2 Introduction 3 1 Background 4 2 Scope and approach 5 3 Business case for redevelopment 6 4 Appointment of design consultants 7 5 Appointment of main contractors 8 6 Form of contract 9 7 Recommendations 10 Action plan 12 Appendix © 2013 Grant Thornton UK LLP. All rights reserved. 1 Three Rivers District Council | Review of the Redevelopment of the William Penn Leisure Centre | February 2013 Executive summary Approach Form of contract We have reviewed the Council's approach to the redevelopment of the William Penn Leisure Centre in order to identify areas that contributed to the under performance of this project. Our work has not covered any aspects of the litigation process between the Council and contractors nor the performance of the contractors. In undertaking this work we have: • The standard form of contract should have been sufficient to mitigate the Council's risk and avoid dispute. However, in reality the Council was not able to rely upon the contract form as it was implemented. as they were heavily reliant on Atkins for contract execution. • briefly considered the business case for the redevelopment and the associated procedures that led to the adopted contractual approach • reviewed and confirmed that the Council's procedures for appointment of contactors was correctly followed • reviewed and commented on the appropriateness of the form of contract adopted We have identified opportunities for improvement which the Council may employ when undertaking future projects. Recommendations • the Council should review tender processes to ensure that vendors' capabilities are more fully assessed in addition to price. This should include a key personnel audit and an assessment of how well the organisation will work with the Council • BS11000, the recognised good practice standard for collaborative working, should be taken into account when embarking on major projects Business case for redevelopment • before embarking on a major project, the Council should assess its own ability to manage the work and make any necessary arrangements to strengthen its ability as far in advance as possible • the Council took independent specialist advice in identifying the option for redevelopment which represented the best value for money • even when there is a clear preferred vendor at the selection stage, interviews with more than one vendor will help to support the decision-making process Key findings Appointment of design consultants and main contractor • the Council followed the formal procedure for tendering, submitting an advertisement in the Official Journal of the European Journal (OJEU), reviewing tenders received against set criteria and selecting suitably experienced firms • the Council carried out due diligence on both vendors. However, a more thorough investigation could have been carried out regarding the vendors' capability to fulfil a contract. For example, staffing proved to be an issue with both contractors but this was not specified in the contracts • the documents we reviewed indicated that price was the most important factor in the selection of the vendors. This does not necessarily indicate value for money • the Council could have conducted an assessment into its own ability to manage such a contract earlier on in the process and employed requisite surveying expertise well in advance of the project start, rather than during the project The Council ended up being too reliant on WS Atkins. © 2013 Grant Thornton UK LLP. All rights reserved. 2 2 Draft for discussion Three Rivers District Council | Review of the Redevelopment of the William Penn Leisure Centre | February 2013 Introduction Link to our Value for Money conclusion We are required to reach a conclusion on the adequacy of the Council's arrangements for ensuring economy, efficiency and effectiveness in its use of resources (the Value for Money Conclusion). The Audit Commission Code of Audit Practice 2010 describes the Council's responsibilities to put in place proper arrangements to: Next steps Matters arising from this review have been reviewed with the Head of Leisure Services. We have made a number of recommendations, which are set out in the action plan in the appendix. This has been reviewed and agreed with the Head of Leisure Services. • secure economy, efficiency and effectiveness in its use of resources Use of this report • ensure proper stewardship and governance This report has been prepared solely for use by the Council and should not be used for any other purpose. No responsibility is assumed by us to any other person. This report includes only those matters that have come to our attention as a result of performance of the review. • review regularly the adequacy and effectiveness of these arrangements. For the year ended 31 March 2012 we were required to give our conclusion based on the following two Value for Money (VfM) criteria specified by the Audit Commission: • the Council has proper arrangements in place for securing financial resilience Acknowledgements • the Council has proper arrangements for challenging how it secures economy, efficiency and effectiveness. We would like to record our appreciation for the co-operation and assistance provided to us by the Council's staff during the course of our review. We agreed with the Council that we would review its management of the refurbishment of the William Penn Leisure Centre and identify any areas for improvement which the Council may employ when undertaking future projects. This work helped to support the second of the two VfM criteria. Grant Thornton UK LLP February 2013 This work does not include: • findings on the performance of the contractors • any aspects of the litigation against both contractors by the Council • the actual completion of the project by the Council after the contracts were terminated. © 2013 Grant Thornton UK LLP. All rights reserved. 3 Draft for discussion Three Rivers District Council | Review of the Redevelopment of the William Penn Leisure Centre | February 2013 1. Background The William Penn Leisure Centre (WPLC) began existence as a swimming pool forming part of a school sports facility constructed in the 1970s. The Council took control of it in 1996, at which point it had expanded to include dry-side facilities comprising sports hall, squash courts, exercise studios and two fitness rooms. The Council began to realise that there were a number of performance issues with plant and equipment associated with the swimming pool. This prompted the Council to commission a building condition survey of the wet-side facilities which was carried out in 2002. Although short term works were identified and carried out at that time, the survey highlighted that the plant was nearing the end of its useful life. This would require closure for an extended period of time in order for works to take place. The Council decided that it would take the opportunity created by the closure of the pool to carry out refurbishment of the centre, which had remained largely unchanged since it was built. Proposals for the replacement of plant, new changing accommodation and a learner pool were presented to the Council's Leisure and Community Policy Panel in September 2003. The Panel decided that an architectural feasibility study should be commissioned. • The Council raised a number of concerns in respect of terms of the compliance with the Council's contract procedures regarding the appointment, type of contract used and the termination of the contract. In addition, the Council is seeking advice on how to improve to become a more intelligent client in the context of wider developments in local government hastened by the Comprehensive Spending Review. The Council appointed WS Atkins plc (Atkins) as the design consultants and Gee Construction Ltd (Gee) as the main contractor, both widely recognised as reputable firms in their field of expertise. The building works had a planned duration of one year but in fact took over three and a half years to complete and resulted in an overspend of almost £4m. At the time of this review, the Council was in litigation with both firms, seeking remedy for their underperformance on this project. © 2013 Grant Thornton UK LLP. All rights reserved. 4 Draft for discussion Three Rivers District Council | Review of the Redevelopment of the William Penn Leisure Centre | February 2013 2. Scope and approach Stage 1 (this review) Approach • to consider briefly the business case for the redevelopment and associated procedures that led to the adopted contractual approach We have reviewed the Council's approach to the redevelopment of the WPLC in order to identify areas that contributed to under performance of this project. • to review and confirm that the Council's procedures for appointment of contractors were correctly followed As the project took place some years ago, the extent of documentation is limited and many of the staff involved are no longer employed by the Council. • review and comment on the appropriateness of the form of the contract adopted Furthermore, as the Council was in litigation with both the design consultants and the main contractor at the time of this review, we did not have only drawn on information provided by the Council. Therefore our fieldwork has been limited to the following: Stage 2 (to commence upon completion of legal action regarding the case) • comment on what steps the Council could have taken in order to act as an intelligent client Documentation review • Leisure and Community Policy Panel Committee reports 2003-2008 • Executive Committee reports 2003-2008 • confirm the decision to terminate the contractors was taken in accordance with council procedures • miscellaneous project documents including notes and email correspondence • comment on further steps that the council could have taken in order to minimise costs incurred We interviewed the following individuals: Interviews • Chris Hope - Head of Leisure Services • Patrick Martin - Contracts Manager (no longer an employee of the Council) • David Saunders - Building Surveyor (no longer an employee of the Council) On the basis of our findings, we have identified a set of recommendations to address these and to assist the Council in the way it approaches future projects. © 2013 Grant Thornton UK LLP. All rights reserved. 5 Draft for discussion Three Rivers District Council | Review of the Redevelopment of the William Penn Leisure Centre | February 2013 3. Business case for redevelopment The Council had recognised that the WPLC facilities leisure faced a number of performance issues and it became clear that major refurbishment was required. It therefore appointed Limbrick & Associates (Limbrick), a firm of architects, in June 2004 who carried out an architectural feasibility study. This provided three options for the Council to evaluate in respect of the pool and changing areas. These were: • option A – minimum refurbishment Key findings The Council considered the redevelopment by taking expert advice from architects and leisure management experts. It examined the three options provided in terms of cost and impact. It concluded on this basis that the option for full refurbishment (option B) represented the best value for money, given the likely decrease in performance of the facilities as they operated at that time. A suitably qualified member of staff drafted the tender specification. • option B – full refurbishment/part redevelopment • option C – full redevelopment of wet-side The Council engaged Leisure management consultants PMP Ltd (PMP) to assess the impact of each option on the financial performance of the venue, as well as funding options. Limbrick and PMP reported on their findings to the Council's Leisure and Community Policy Panel on 9 November 2004. On the basis of the information provided, the Council selected Option B as the one representing the best value for money. The capital programme funding approved by Council in February 2005 included a £3.5m provision for this work. The Council recognised that this would require a tender for services for both design consultants and main contractor. The Property and Facility Management section at the Council, which employed staff with surveying expertise, drafted a specification accordingly. © 2013 Grant Thornton UK LLP. All rights reserved. 6 Draft for discussion Three Rivers District Council | Review of the Redevelopment of the William Penn Leisure Centre | February 2013 4. Appointment of design consultants In 2005 the Council began the process of appointing a firm of design consultants who would then also act as the contract administrator for the main contract. We have reviewed the limited documentation available which was associated with the tender of the design consultants and discussed the approach taken with Council staff. At that time, there was a Property and Facilities Management department within the Council which provided the necessary surveying expertise for its requirements. This team drew up the specification and tender documentation for this contract. However, the Council was planning a housing stock transfer which meant that the requirement for in-house building surveying staff would be greatly reduced. In due course, the transfer took place part way through the project leaving no Council staff with this particular skill set. The Council advertised an open Contract Notice in the Official Journal of European Union (OJEU) for design services for the refurbishment of William Penn Leisure Centre in May 2005. This specified a professional design consultancy who would act as a single point of contact throughout the contract period. They would in turn sub-contract other contractors which would include as a minimum a quantity surveyor, building services engineer, structural and civil engineer and a planning supervisor. A progress report on the tendering exercise was received by The Council's Leisure and Community Policy Panel on 5 July 2005. This included an updated cost estimate for the works from Limbrick at £3,736,000 increased for inflation, assuming that construction would take place in the period between January 2007 and January 2008. In response to the advertisement, 27 firms returned Expressions of Interest and PreTender Questionnaires. The Council then selected eight of these firms for a tender list on the basis of the criteria set (primarily price and quality). Key findings Compliance with procurement process The Council followed the formal procurement procedures in appointing Atkins and could reasonably expect to have confidence in their reputation as design consultants of a size and reputation sufficient to support this type of project. Investigation into the vendor's ability to fulfil a contract Although the capability of Atkins as design consultants could be assured in this way, the Council could have mitigated its risk further by carrying out a more detailed investigation into the vendor including a capability assessment, a key personnel audit and an assessment of cultural fit as part of its initial due diligence. The contract should have included staff performance measures to enable better monitoring. Scoring mechanism From our review of the tender documentation, it appears that price was the primary factor in decision making although other factors should be taken into account when assessing value for money. Understanding the Council's own ability to manage a contract It is important for the Council to understand not only the risks associated with a vendor, but also risks associated with its own ability to manage the contract. Had the Council anticipated the departure of staff due to the stock transfer and recognised earlier that it would need this expertise, this may have enabled it to put in place external project management arrangements sooner and mitigate the risk presented by its contractors. After initial tender evaluation against these criteria, the Council invited four firms to interview. The Council then undertook a further evaluation in August 2005. Atkins, as the preferred bidder at that stage, were invited to present to the Leisure and Community Policy Panel. Their appointment was then confirmed in October 2005, having satisfied the Panel of their suitability for this project. © 2013 Grant Thornton UK LLP. All rights reserved. 7 Draft for discussion Three Rivers District Council | Review of the Redevelopment of the William Penn Leisure Centre | February 2013 5. Appointment of main contractors In January 2007 the Council embarked on the tendering process for the main contract, again following OJEU procurement rules. Key findings The Council and Atkins (as the main contract administrator) were both involved in the tender process. Members reviewed the tender price report which was tabled at the Leisure and Community Policy Panel meeting in January 2007. The report listed the six tenders received and their prices which were compared to the pre-tender estimate. The Council undertook credit checks on the three lowest bidders. The focus appears to have been on price, given that Gee's bid was the lowest of all and lower than the pre-tender estimate (being £300k lower than the next lowest estimate). Due to the price being comparatively so low, the Council did ask for further information from Gee to check for omissions but none were found. The Council followed OJEU procurement procedures and followed Atkins recommendation to appoint Gee. The contract was let predominantly on price. However, the lowest price does not necessarily always represent the best value for money. Best practice also recommends that more than one vendor is invited to interview before a contract is let. This would have helped the Council make a more informed choice. The Council did not undertake any interviews other than Gee's, which was carried out to confirm their appointment, on the basis that Gee appeared to be suitable. Client references were provided by Gee, which related to similar public sector projects. Although these references did highlight some concerns, Atkins and the Council felt that as long as a satisfactory check was carried out on the proposed contract manager, there was insufficient reason not to appoint Gee. Atkins advised the Council to select Gee on the basis that the tender process indicated they presented the best option, but that contingency funds should be held to meet additional cost. They indicated that Gee had priced the contract low in the hope of recovering profit on variations. From reviewing documentation available, it is clear that concern was raised both by Council staff and Atkins regarding Gee's pricing, but this was felt to be insufficient reason not to appoint them. Additionally, we did not find any recorded concern by Atkins before the appointment of Gee or warning from Atkins that in due course any perceived underperformance by Gee would lead to Atkins requesting additional fees on the basis of more onerous project management required on their behalf. In our view the contract documentation was not clear enough to prevent Atkins from benefiting from project delays caused by Gee but resulting in extra cost to the Council. Compliance with procurement process Investigation into the vendor's ability to fulfil a contract Gee is an experienced firm of contractors and as such the Council could rely on their reputation in the sector. However, further due diligence could have been carried out prior to appointment in order to mitigate the risks of contractor performance. This could have included a more detailed assessment of the other bidding contractors including calling them for interview. We understand that this was the responsibility of Atkins, with involvement from the Council. Although the Council and Atkins did undertake some investigations into the ability of Gee to fulfil the contract including following up references, risk could have been mitigated further by carrying out a more detailed investigation including a capability assessment, a key personnel audit and an assessment of cultural fit. © 2013 Grant Thornton UK LLP. All rights reserved. 8 Draft for discussion Three Rivers District Council | Review of the Redevelopment of the William Penn Leisure Centre | February 2013 6. Form of contract The Council intended to use the Standard RIBA form of contract which is commonly used for this type of project. It is intended to be simple, transparent and apportion risk appropriately. If followed, this form of contract will avoid misunderstandings and disputes, ensuring that professional standards are adhered to for the protection of all parties. It should: • identify parties to the agreement • allocate and define responsibilities and liabilities • define the scope of work • confirm the legal framework • confirm the fee • set out methods of dispute resolution • define provisions for termination Key findings The standard form of contract should have been sufficient to mitigate the Council's risk and avoid dispute. However, in reality the Council was not able to rely upon the contract form as it was implemented and was heavily reliant on Atkins for contract execution. This should have provided sufficient mitigation of risk for the Council. However, we understand that upon appointment Atkins offered their own form of contract, which was accepted by the Council. We have not had sight of this document. It is apparent from the evidence we have reviewed that the form of contract used did not act in favour of the Council, preventing it from challenging the contractors to the degree necessary. For example, there was no remedy for the Council in respect of unsuitable contract staff substitutions. The lack of performance measures and the reluctance of the Council to impose sanctions in the interests of progressing the work meant that it was unable to provide the challenge to the contractors to the degree it wished. Although the Council should have only dealt directly with Atkins, in reality it became drawn into the project, rather than allowing Atkins to take the risk as the form of contract should have provided. © 2013 Grant Thornton UK LLP. All rights reserved. 9 Draft for discussion Three Rivers District Council | Review of the Redevelopment of the William Penn Leisure Centre | February 2013 7. Recommendations The Council should consider the following when undertaking future projects: • vendors' capabilities should be more fully investigated in addition to price, for example including a key personnel audit and an assessment of the ability of the vendor to work in partnership with the Council, having an understanding of the Council's expectations of working practices • in undertaking due diligence on a vendor, it is important to assess its readiness to contribute to a partnership and understanding of the particular nature of contracting with the public sector. BS11000, the recognised good practice standard for collaborative working, should be taken into account • before embarking on a major project, the Council should assess its own ability to manage the work and make any necessary arrangements to strengthen its ability as far in advance as possible • even when there is a preferred vendor at the selection stage, interviews with more than one vendor will provide a useful comparison, for example to establish a feel for their ongoing contract management approach and the likelihood of cost variations © 2013 Grant Thornton UK LLP. All rights reserved. 10 Draft for discussion Three Rivers District Council | Review of the Redevelopment of the William Penn Leisure Centre | February 2013 Appendix © 2013 Grant Thornton UK LLP. All rights reserved. 11 Draft for discussion Three Rivers District Council | Review of the Redevelopment of the William Penn Leisure Centre | February 2013 Action plan Rec No. Recommendation Priority 1 Review and refresh the Council's tender processes to ensure that they cover a wider remit and provide more robust investigation into vendor capabilities in addition to price. This should include an assessment of cultural fit, key personnel audits and an emphasis the collaborative aspect of projects. High 2 Ensure that, when undertaking due diligence on a vendor, its readiness to contribute to a partnership and understanding of the particular nature of contracting with the public sector is considered. BS11000, the recognised good practice standard for collaborative working, should be taken into account. High 3 Before embarking on a major project, the Council should assess its own ability to manage the work and make any necessary arrangements to strengthen its ability as far in advance as possible. High 4 Undertake interviews with more than one vendor at the selection stage, even when there is a preferred vendor, to provide a useful comparison, for example to establish a feel for their ongoing contract management approach and the likelihood of cost variations High Management Comments Implementation date and responsibility © 2013 Grant Thornton UK LLP. All rights reserved. 12 © 2013 Grant Thornton UK LLP. All rights reserved. “Grant Thornton” means Grant Thornton UK LLP, a limited liability partnership. Grant Thornton UK LLP is a member firm within Grant Thornton International Ltd (‘Grant Thornton International’). Grant Thornton International and the member firms are not a worldwide partnership. Services are delivered by the member firms independently. This publication has been prepared only as a guide. No responsibility can be accepted by us for loss occasioned to any person acting or refraining from acting as a result of any material in this publication. www.grant-thornton.co.uk © 2013 Grant Thornton UK LLP. All rights reserved. 13
© Copyright 2026 Paperzz