Sunteți pe pagina 1din 6

84 Financial Auditing and Reporting: 2007-2008 – General Report by the Comptroller and Auditor General for Northern Ireland

Section Six:
General Matters

NIAO Review of Allegations by previously commissioned work being


Complainants into the Procurement of the undertaken by Internal Audit.
Rathlin Ferry Service
6.1.4 The investigators quickly concluded that
Introduction while aspects of the review could be
pursued separately, it was not practical
6.1.1 Until 1996, access to Rathlin Island was to carry out the three strands of the
provided by islanders using converted investigation in isolation, given the number
fishing boats. In 1996-97 the responsible of inter-related issues and a need to see
Department at the time (Department the issues in context. It was agreed that a
of the Environment (NI)) awarded a joint approach would lead to a thorough
contract for a ferry service to Caledonian investigation. The investigators submitted
MacBrayne (CalMac). CalMac was their final report to DRD in December
successful in a further tender competition 2008.
in 2003 and continued to operate the
ferry until 30 June 2008 when a new Allegations
contract commenced. The contract was
awarded by the Department for Regional 6.1.5 The complainants made a number
Development (DRD) to a new operator, of allegations which questioned the
Rathlin Island Ferry Ltd. legitimacy of the tendering process, the
management of the new contract, and
6.1.2 Following the award of the contract, a personnel issues involving DRD officials.
number of allegations and complaints These were summarised into 26 key
were made to DRD and NIAO about the allegations by the investigators.
propriety of the procurement process and
whether it complied with the public sector Investigators’ Conclusions
procurement regulations.
6.1.6 The investigators stated that, overall
6.1.3 In light of these allegations DRD, in complaints about the procurement process
consultation with NIAO, concluded that appeared to be based around sensing
an independent investigation into the that Rathlin Island Ferry Ltd was favoured
allegations should be carried out by from the outset and that anything would
individuals with the relevant expertise be done to ensure that it won. The
and experience. DRD appointed an investigators found no evidence of this,
independent procurement consultant to although they considered that whilst the
investigate the procurement process and overall procurement procedures were
a retired senior civil servant to investigate appropriate, a number of mistakes arose
complaints against DRD staff involved in in relation to process and administration.
letting the contract. These strands of the
investigation were to run in parallel with
Financial Auditing and Reporting: 2007-2008 – General Report by the Comptroller and Auditor General for Northern Ireland 85

6.1.7 One allegation was upheld in relation deficiencies which in the main relate
to the tendering process although the to a dislocation in the apportionment
investigators stated that these problems of responsibilities between CPD and
(process and administration) in DRD and DRD” and submitted a number of
CPD did not materially disadvantage recommendations for improvement.
the non-successful bidders nor
fundamentally undermine the competition. • S
 ervice Level Agreements between
The investigators considered that the CPD and Departments should be
tender assessment fairly reflected the reviewed to ensure that there is
considerable difference between the absolute clarity regarding the roles
level of improvements in service offered and responsibilities and accountability
in the two bids, and that the procurement of the respective parties. CPD
process identified the most economically told NIAO that its Service Level
advantageous proposal. Agreements are currently being
reviewed.
6.1.8 The investigators were also concerned
with the conduct and management • N
 otwithstanding its existing
of the process, which damaged the procedures, and that a Tender
effectiveness and transparency of the Initiation Document was used in this
procurement and fuelled perceptions of case, CPD should review current
bias or wrongdoing. One allegation, that procedures to ensure that schedules
a performance bond was not in place, for key stages of the process detail
was upheld. However, DRD stated that the all documentation requirements and
operator’s subsidy claim is being reduced ensure that the process is operating
to take this into account. effectively. The schedules should be
signed and dated at each of the key
6.1.9 There were seven allegations in the stages and be subject to supervisory
investigators’ report dealing with review to confirm that the process
management and personnel issues and is carried out in accordance with
for two, the investigators found elements procedures and is complete, accurate
of the allegations to have been partially and reliable. CPD told NIAO that its
supported. The investigators found no quality assurance process is currently
evidence of impropriety in either DRD or being reviewed.
CPD, nor that officials had any improper
contact with any party with any interest in • G
 iven that there have been a
the outcome of the procurement. number of recent legal cases where
judgements have established case
Recommendations law relating to the use of sub-
criteria, sub-weightings and scoring
6.1.10 In the course of their investigation the methodologies, CPD should consult
investigators identified “a number of with the Departmental Solicitor’s
86 Financial Auditing and Reporting: 2007-2008 – General Report by the Comptroller and Auditor General for Northern Ireland

Section Six:
General Matters

Office to ensure that procedures are NIAO that it is currently developing


appropriate. CPD told NIAO that a new web-based e-Sourcing tool
it and the Departmental Solicitor’s which will provide a high level
Office are engaged with the Office of of transparency and audit ability
Government Commerce in reviewing throughout the procurement life cycle.
the impact of recent legal judgements. CPD considers that this will address
most of the procurement weaknesses
• T he different categories of service identified within this review.
which may be offered under a
contract are covered by the Public • N
 othwithstanding that CPD has an
Contracts Regulations 2006. There established complaints procedure, the
must be absolute clarity, at tendering investigators recommended that CPD
stage, on which category of service should develop a formal process to
is being offered in a contract and govern situations where a material
the impact this has on the process. error arises in the management of the
Failure to do so may lead to confusion procurement. Formal documentation
among bidders. CPD told NIAO that in relation to decision-making must be
it agrees with this recommendation retained for management/audit trail
but pointed out that there is no purposes.
requirement under the Public Contracts
Regulations 2006 to state the • C
 PD and departments should ensure
relevant Regulations within the tender that all Evaluation Panel Members,
documentation. both internal and external to the
department, are aware of the roles
• C
 PD should ensure, perhaps through and responsibilities of an Evaluation
the Tender Initiation Document, that for Panel Member and have received
all meetings, such as tender evaluation appropriate training.
meetings, clarification meetings,
debriefs, etc, an adequate note of • C
 onflict of interest declarations should
the meeting is formally recorded and be completed for every procurement
retained on file. competition. In this case, conflict of
interest declarations were completed
• G
 iven the recent transition to non by Panel Members in the first
paper based scoring and electronic procurement competition but they were
record storage within CPD, the not reviewed in the second.
investigators recommended that the
system is formally reviewed to ensure • D
 RD should reiterate established
that it is operating effectively and procedures to staff, to ensure that
provides a complete and transparent significant e-mail communications are
means of supporting public saved to the electronic filing system
procurement decisions. CPD told on a timely basis and that a complete
Financial Auditing and Reporting: 2007-2008 – General Report by the Comptroller and Auditor General for Northern Ireland 87

management/audit trail is maintained It considers that this is unacceptably poor


to support key decisions taken. Such practice.
failures in this procurement were
potentially serious and problems 6.1.13 Our second comment relates to the
experienced in DRD may hold recommendation concerning the formal
lessons for other Northern Ireland review of the non paper based scoring
departments. and electronic record storage within CPD,
to ensure that it is operating effectively
• D
 RD should ensure that, prior to the and provides a complete and transparent
commencement of service contracts, means of supporting public procurement
necessary checks are completed decisions. NIAO considers that any
to confirm that the new operator/ weaknesses in this area within CPD have
contractor has met all prerequisite the potential to undermine confidence in
conditions of contract. public sector tendering, and the Office
will pay particular attention to testing this
• D
 RD should review the performance system in future audits.
bond requirement in this contract, to
ensure that it is necessary and cost 6.1.14 NIAO noted other recommendations
effective. made by the investigators that had
not been identified in the formal list
• D
 RD should ensure that all staff are of recommendations but which are
aware of the requirements in relation nonetheless noteworthy.
to the handling of personal or sensitive
internet and e-mail data and, in • D
 RD made a submission to the
particular, ensure that these guidelines Minister recommending a second
adequately cover the passing on of procurement exercise prior to the
personal data. formal evaluation of the tenders within
the first procurement exercise. NIAO
6.1.11 DRD has indicated that it will work with agrees with the investigators that this
CPD to ensure that lessons are learnt and sequence of events did not follow
similar issues do not occur again. best practice and it would have been
preferable for the Evaluation Panel
6.1.12 NIAO endorses these recommendations to have completed its consideration
and offers comment specifically on two before reverting to the Minister.
of them. Our first comment relates to the
recommendation concerning the formal • T he wording of the tender document
recording and retention on file of all allowed for the possibility of
meetings. NIAO notes that there were a expenditure by DRD to improve the
number of instances identified in this case current berths at Rathlin harbour. This
where there were no paper records of became a source of complaints.
meetings or discussions involving officials. NIAO agrees with the investigators
88 Financial Auditing and Reporting: 2007-2008 – General Report by the Comptroller and Auditor General for Northern Ireland

Section Six:
General Matters

that the position on possible ferry services. NIAO agrees with


improvement works and available the investigators that the position
funding should have been made as regards the programme for the
clearer in the tender documentation. establishment of the bidder’s new
company, Rathlin Island Ferry Ltd,
• D
 RD visited its counterpart in the should have been clarified at contract
Republic of Ireland to discuss award stage.
procurement procedures and consider
potential suppliers in the ferry • T he assessment criteria and
services market. NIAO agrees with weightings had been set out in the
the investigators that it would have tender documentation but more
been desirable to require bidders to detailed scoring guidance used by the
provide the names of other clients Evaluation Panel for markings tenders
so that appropriate checks could was not agreed until after the tenders
have been made if necessary during were received. The bids remained
the evaluation process, but without unopened until the more detailed
discriminating against other tenderers scoring guidance had been agreed.
who did not operate similar services The investigators considered that DRD
in Northern Ireland or the Republic of and CPD should have ensured that the
Ireland. scoring matrix was established before
the tenders were submitted. NIAO
• T he contract made provision for a agrees that this is a fundamental
contract sharing system in the event aspect of good tendering procedures.
that revenue exceeded the amount set
out in the base case. NIAO agrees NIAO’s View
with the investigators that DRD and
CPD should have considered the 6.1.15 The Department’s investigation has
potential opportunity for both tender identified a range of detailed lessons for
bids to achieve profit sharing savings DRD, CPD and the wider Civil Service.
to DRD. NIAO also agrees that the However, the most obvious point is that
harbour works expenditure should it would always be better to ensure that
have been formally weighted in a sensitive tendering exercises are properly
more transparent way in the tender resourced and quality controlled in the first
evaluations. place, rather than to have to investigate
and deal with the consequences arising
• D
 uring the tender period, the bidder from an inept process.
who was ultimately successful
enquired whether he could submit 6.1.16 It is of particular concern that so many
the tender in his personal capacity of the issues that were identified in the
rather than in the name of one of his investigation arose primarily as a result
two companies involved in offshore of poor implementation by officials of
Financial Auditing and Reporting: 2007-2008 – General Report by the Comptroller and Auditor General for Northern Ireland 89

what should have been well established Middletown Centre for Autism
procedures. These lapses in basic
good practice fuelled a perception of Introduction
favouritism to one particular bidder and
the notion of bias and wrong-doing. 6.2.1 Middletown Centre for Autism (the
This was potentially very damaging for Centre) was officially launched in
the Department’s reputation. It has also September 2004 following the purchase
proved expensive to address and has of the site by Middletown Centre for
inevitably involved a significant diversion Autism (Holdings) Ltd in June 2004
of senior management time and an and the signing of a Memorandum of
estimated cost of £55,000 to carry out Understanding between the Department
the work. Nevertheless, NIAO commends of Education (DE) and the Department
the Department for its handling of the of Education and Science, Ireland (DES)
investigation once the complainants and in May 2004, to fund the Centre on a
the elected representatives had raised 50:50 basis.
their concerns about the tender process.
The Department set up an enquiry 6.2.2 The intention of the two Departments to
using independent investigators with create the Centre at Middletown, Co.
appropriate expertise which resulted Armagh was originally announced at the
in a thorough scrutiny of all the issues. North/South Ministerial Council meeting
The report on the investigation has been in April 2002.
made publicly available. In NIAO’s view
this should serve as a model for future 6.2.3 A new operating company, the
enquiries on issues of this nature. Middletown Centre for Autism Ltd, was
incorporated as a company limited by
6.1.17 CPD told NIAO that it has made huge guarantee on 16 March 2007. This
strides over recent years in procurement company is the management body
processes and as part of its continuous running the Centre. The Centre’s Chief
improvement programme has already Executive was appointed by the operating
made substantial progress on the company in April 2007 and was formally
recommendations relevant to procurement. designated as Accounting Officer by DE.
It also told us that it accepts a mistake
was made in the tendering process. 6.2.4 The Middletown Centre for Autism
However, this could not be considered (Holdings) Ltd, the holding company,
as a manifest error and had no material presently owns and holds the property
impact on the competition result. It on behalf of the two Departments. The
added that this was a relatively low level property was procured in June 2004 at a
procurement exercise which has delivered capital cost of £3 million, funded equally
a much better service and value for by the two Departments. Since 1 April
money. 2007, the responsibility for maintaining

S-ar putea să vă placă și