Advanced Topics for RFP Procurements

Similar documents
Kirk W Buffington, CPFIM, CPPO, C.P.M.,

Procurement Code Changes Highlights 2017

STEP 2: BID EVALUATIONS

Request for Proposal for Annual Financial Audit Services

Anticipated Completion Date and Contact. No. Finding Recommendations Previous Management Response(s) Status Update. Page 1 of 9

Amity School District 4J

How to Do Business with the Ontario Government

SECTION 6.2: CONTRACT MANAGER

Procurement Requirements under the Uniform Administrative Guidance

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

Selection of Contractor Step 5. June 2013

Review of FMMIS and DSS Assessment Project Procurement Divisions of Operations and Medicaid

Request for Quotes (RFQ) HR Hotline and Workshops

Procure to Pay (4.3) As-Is Process Flow and Narrative

Request for Proposals: A Vendor s Guide

RFPs & Procurement. Slide 1. Slide 2. Slide 3. You are here APD Overview. RFPs and Procurement

CONSTRUCTION MANAGEMENT SERVICES

How To Do Business with the Ontario Government. Supply Chain Management, Ontario Shared Services Ministry of Government Services January 2010

PROCUREMENT CODE ARTICLE 5 GOODS AND SERVICES

Rev. July Department of General Services Bureau of Procurement

FLORIDA DEPARTMENT OF TRANSPORTATION

Request For Proposal Procedures

All Source Request for Proposals Interim Summary

PURCHASING PROCEDURES: District Policies

Evaluating Request for Proposal (RFP) Responses. Presented By: Department of General Services Bureau of Procurement

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date

EXHIBIT A. 1) General:

Purchasing and Procurement Policy

OCEAN COUNTY COLLEGE PURCHASING MANUAL

Draft Guidelines NATIONAL ELECTRIC POWER REGULATORY AUTHORITY ***** NOTIFICATION. Islamabad, the November 2016 CHAPTER I

WUPRPM Regulations and Procedures Effective: November 11, 2005 R. Purchasing and Financial Obligations Revision Date: July 1, 2015.

REQUIREMENTS FOR PROCUREMENT BY THE COLORADO DEPARTMENT OF TRANSPORTATION OF DESIGN-BUILD CONTRACTS FOR TRANSPORTATION PROJECTS

Chapter 15. Competitive Negotiation: Evaluating Proposals

Section 8 Procurement Procedures

ROADMAP TO SUCCESS. How to become a business partner with MCPS

POLICIES AND PROCEDURES ENGINEERING SERVICES DEPARTMENT

Commonwealth of Virginia

PURCHASING BUT DIDN T KNOW TO ASK

Terms and Definitions Commonly Used in Technical Proposals

RFP SA 1804-Recruitment Services. Addendum #2

REQUEST FOR PROPOSALS. Construction Manager CM Services Pre-Construction and Construction Services

Florida Department of Transportation 1000 Northwest 111 th Avenue, Room 6202 Miami, FL 33172

REQUEST FOR QUALIFICATIONS

Chapter 4. Determining Which Procedure Applies

CONSTRUCTION MANAGEMENT SERVICES

Source Selection Methods Pros & Cons. Michael S. Speakmon Team Lead Division of Procurement Services

North American Development Bank. Engagement of Consultants

NAVAIR-Industry Communication Plan for Competitive Procurements. 12 December 2017

INVITATION FOR BID #2 FUEL OIL

Request for Proposal (RFP) Medical and Dental Supplies RFP No MD-S ADDENDUM NO. 1. July 12, 2016

Request for Proposals Strategic Planning Facilitation

ADDENDUM NO. 1 Kansas City Area Transportation Authority 1350 E. 17 th Street Kansas City, Missouri 64108

Effective Technical RFP Development: A Guide for Jurisdictions and Other Organizations December 19, 2016

Management Consulting and Auditing Services Pre-Response Conference. ITN No A August 23, :00 AM

THE FOLLOWING PROPOSAL, SUBMITTED BY JARED B. GARDNER, DIRECTOR OF PURCHASING, IS RECOMMENDED FOR BOARD APPROVAL.

Procurement Process: Architects & Professional Engineering Services. Procurement.

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320

Anticipated Completion Date and Contact. No. Finding Recommendations Previous Management Response(s) Status Update. Page 1 of 6

TEXAS BOARD OF NURSING CONTRACT PROCUREMENT AND MANAGEMENT HANDBOOK JULY 2018

CAMP BUYING: PROVIDING EXCELLENCE

REQUEST FOR PROPOSAL: WIOA Integrated Data Systems Report

Addendum #1 BID NO.: RFP

Procurement Under the New Requirements 1

CONTRACT/PURCHASING TRAINING MAY 23 & 24, 2018 QUESTIONS AND ANSWERS

Special Education Sexual Health Education Training Fall 2017

Competitive Procurement Evaluation Process Audit

BID No: 04/17 REQUEST FOR PROPOSALS FOR TRAVEL MANAGEMENT SERVICES FOR THE GENERAL SECRETARIAT OF THE ORGANIZATION OF AMERICAN STATES

RFP Professional Staff Augmentation for Information Technology Addendum #1 dated 01/29/2016

August 31, To Whom It May Concern:

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Online Training System for the Department. office.

STATE OF NEW YORK OFFICE OF THE STATE COMPTROLLER

ELEVATING OUR PROFESIONALISM

TEXAS DISPOSAL SYSTEMS

Chapter 5 PROCUREMENT

Request for Proposals- Final RFP & Responses to Questions 10/26. Updates since Issuance in Red

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

FENCING AND FENCE REPAIR

Business Opportunities. and Insurance Board. with the Workplace Safety. Becoming a WSIB Supplier

To Bid or Not To Bid

08/09 RIGHT OF WAY AND UTILITIES DIVISION PROCEDURES FOR THE PROCUREMENT OF RIGHT OF WAY ACQUISITION CONSULTANTS

Request for Proposal Strategic Planning Process and Facilitation

Acadiana Metropolitan Planning Organization (MPO) Consultant Selection Process When Federal Funds Are Utilized

Chapter 4 Department of Government Services

PHARMACY BENEFIT MANAGEMENT (PBM) SERVICES

Tsawwassen First Nation Procurement Policy. February, 2010

REQUEST FOR PROPOSAL

HOW TO DO BUSINESS WITH NAPA VALLEY COMMUNITY COLLEGE DISTRICT

Architectural Services

REQUEST FOR PROPOSAL For CEO Search Listening Sessions Bid Number: March 22, 2019

REQUEST FOR PROPOSAL PROFESSIONAL SERVICES AUTOMATION SOLUTION. Submittal Date: April 22, 11:00 AM (PST)

Survey Services Rev. 0 Bid # Scope of Work

October 1, Nova Scotia Procurement Protocols

Understanding Public Bid Law La. R.S. 38:

PECO CHP Call for Projects ( CfP ) Bidders Webinar Presented on September 19, 2017

EVALUATION COMMITTEE REPORT. Opioid Advertising Services RFQ S STATE OF NEW JERSEY

NEW YORK STATE PROCUREMENT COUNCIL

Case Study: Procurement Audit

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

CHAPTER 16 REQUEST FOR PROPOSAL (RFP)/DIRECT NEGOTIATION

Transcription:

Office of Operations 2013 Fall Conference November 6-7 Back to Basics Advanced Topics for RFP Procurements Priscilla Cassidy, Kathyann Heffernan and Jenny Reyes New York State Office of the State Comptroller Thomas P. DiNapoli, Comptroller Office of Operations John Traylor, Executive Deputy Comptroller Division of Contracts and Expenditures Margaret Becker, Deputy Comptroller Charlotte Breeyear, Director, Bureau of Contracts 1

ADVANCED TOPICS FOR RFP PROCUREMENTS Agenda Request for Information Pre-Bid Conference / Site Visit Evaluation Topics Minimum Qualifications/Minimum Technical Score Short Listing Interviews Product Demonstrations References Optional Items Cost Evaluation Best and Final Offers (BAFO) Negotiations Assignments 2

REQUEST FOR INFORMATION (RFI) The agency prepares a document which: Provides a preliminary description of the program objectives and goals. And Solicits input from the vendor community as to the availability of products, services and/or technology to meet their needs. 3

REQUEST FOR INFORMATION (RFI) Recommend notification of the RFI be published in the Contract Reporter and/or trade journals. The RFI is mailed to all potential offerors known by the agency at the time of mailing. 4

REQUEST FOR INFORMATION (RFI) Typically information provided is in the form of product pamphlets and white papers. Another approach is a round table session or open meeting. This approach allows: potential vendors and agency staff to ask questions of each other. Open exchange of information. Items to consider: Provide agenda detailing specific topics to be discussed. Request vendors submit questions prior to meeting. Keep a level playing field. Provide in writing to all participants response to questions or clarifications. 5

REQUEST FOR INFORMATION (RFI) No award may be made under the RFI process. Results of the RFI should not be a basis for a Single Source Contract Reporter Exemption Request. Be aware of restrictions on vendor preparation of specifications found in State Finance Law 163(2) and for technology procurements, see 163-a. 6

SCENARIO 1 WHAT WOULD YOU DO? Request For Information was issued to identify web-based applications in the marketplace that provide project portfolio management tools to track, report, monitor and measure their technology projects. Interested parties were requested to provide general information on product functionality and estimated price ranges. It was identified that firms may be asked to participate in a Questions and Answer Meeting. 7

SCENARIO 1 WHAT WOULD YOU DO? A total of 25 firms responded to the Request For Information and provided the requested information on their product. The agency invited 15 firms to participate in a Question and Answer session. Agency ultimately issued a Request For Proposal. The same 25 firms responded to the Request For Proposal. An award was ultimately made to one of the firms that had participated in the Question and Answer session. 8

SCENARIO 1 WHAT WOULD YOU DO? Approve the contract? Request additional information? Return the contract non-approved? 9

SCENARIO 1 WHAT WOULD YOU DO? Return contract non-approved. Cannot limit participation unless a specific minimum qualification was established that must be met in order to participate in the Question and Answer Session. Vendors who did not participate in the Question and Answer session could potentially be disadvantaged. 10

BIDDER S CONFERENCE/SITE VISIT Mandatory or Optional? A best practice is to keep the ad as simple as possible. Refer bidders to the RFP for timeline of all events. Allow sufficient time for advertisement to appear in the Contract Reporter. Particularly important if conference or visit is mandatory. Must maintain Record of Proceedings Prepare an Agenda with topics to be discussed. Be aware of Procurement Lobbying Law restrictions & requirements (Guide to Financial Operations XI.18.B) 11

BIDDER S CONFERENCE/SITE VISIT Mandatory Questions and Answers must be provided after the conference/visit to all bidders who attended. Transcript must be shared with all who attended. Sign-in sheet must be provided to OSC. The date, time, vendor name, and vendor representative signature must be included. Optional Questions and Answers must be provided to all potential bidders or notify of posting on website. Sign in sheet is still a best practice 12

MINIMUM QUALIFICATIONS/MINIMUM TECHNICAL SCORES Minimum Qualifications reviewed by agency on Pass/Fail basis If agency wants to further score the qualification, may only be scored based on exceeding the minimum threshold. RFP must identify the qualifications. Minimum Technical Score must be met to continue through the process. RFP must identify the minimum technical points or specific technical score that must be achieved. 13

MINIMUM QUALIFICATIONS/MINIMUM TECHNICAL SCORES Agency should document rationale for both using a minimum technical score and the actual minimum technical score chosen. Evaluation Instrument must clearly define all scoring methodology. Any bidder disqualified for not meeting the criteria will not be included in cost score evaluation or any further step of the evaluation process. 14

SCENARIO 2 WHAT WOULD YOU DO? The Evaluation was structured such that cost was worth 30 points and technical was worth 70 points. The agency set a minimum technical score of 49 (70% of 70 points). Given the following scenario what are the agency s options? Technical Score Bidder A 48 Bidder B 38 Bidder C 47 Bidder D 35 15

SCENARIO 2 WHAT WOULD YOU DO? Proceed with evaluation of Bidder A? Re-bid the services? Waive the Minimum Technical Score and proceed with evaluation of all? 16

SCENARIO 2 WHAT WOULD YOU DO? Re-bid the services. If all bidders fail to meet the technical score, procurement must be re-bid. Pitfalls Minimum score may be too restrictive. Possibility that none of the bidders will achieve the minimum score. Cannot alter evaluation criteria after proposals are received thus could result in services being re-bid. Ensure consistency between Request For Proposal, Evaluation documents and Contract Reporter Advertisement. 17

SHORT LISTING A process that limits the number of vendors that are allowed to continue into the final evaluation step (i.e. Interview, Presentation, References, etc.) based on the their preliminary score. Must consider both Technical and Cost scores. Request For Proposal and Evaluation Instrument should indicate the process that will be used to develop the short listed vendors. 18

SHORT LISTING Options Will the final evaluation step be scored? Example Final evaluation phase is a product demonstration worth 15 points. RFP should state a short list will be used and all vendors susceptible to award will be included in the short list. Evaluation instrument should define how the short list will be developed. (i.e. If this phase is worth 15 points, only vendors within 15 points of the highest composite score will be invited to participate.) 19

SHORT LISTING Options Will the final evaluation step be used to validate information only? Example Final evaluation phase is an interview. No points will be awarded but scores may be adjusted based on interview results. RFP should state a short list will be used and indicate the estimated number of bidders that will be interviewed. Evaluation instrument must define how the number of participants to be interviewed was determined. If re-scoring is allowed, OSC recommendation is to include all susceptible to award. Process not intended to re-score the entire proposal. 20

SCENARIO 3 WHAT WOULD YOU DO? Agency has short listed bidders to move onto the interview phase. The preliminary results of the evaluation for the procurement are listed below. 70% Technical and 30% Cost Weighting. Request For Proposal and Evaluation Methodology state the two Vendors with the highest composite score will be invited in for interviews. Initial scores can be adjusted downward only based on interview results. Preliminary Composite Score Tech Support Inc. IT Specialist Inc. Omni Technology Knowledge Software Total Technical 42.3 55.3 64.0 64.0 Total Cost 19.8 30.0 27.5 18.6 TOTAL 62.1 85.3 91.5 82.6 21

SCENARIO 3 WHAT WOULD YOU DO? IT Specialist Inc. and Omni Technology were interviewed and both of their scores were adjusted. Preliminary Composite Score Tech Support Inc. IT Specialist Omni Technology Knowledge Software Inc. Total Technical 42.3 55.3 64.0 64.0 Total Cost 19.8 30.0 27.5 18.6 TOTAL 62.1 85.3 91.5 82.6 Post Interview Score Tech Support Inc. IT Specialist Omni Technology Knowledge Software Inc. Total Technical XX 44.0 53.0 XX Total Cost XX 30.0 27.5 XX TOTAL XX 74.00 80.5 XX 22

SCENARIO 3 WHAT WOULD YOU DO? Realizing that making an award to a vendor with a lower composite score would appear to contradict the concept of best value, the Agency decides to invite Knowledge Software in for an interview. Post Interview Score Tech Support Inc. IT Specialist Omni Technology Knowledge Software Inc. Total Technical XX 44.0 53.0 63.0 Total Cost XX 30.0 27.5 18.6 TOTAL XX 74.00 80.5 81.6 Based on the evaluation results, an award is made to Knowledge Software. 23

SCENARIO 3 WHAT WOULD YOU DO? Approve the contract? Request additional information? Return the contract non-approved? 24

SCENARIO 3 WHAT WOULD YOU DO? Return the contract non-approved. By interviewing the 3 rd ranked firm, the Agency changed its process after the receipt of the proposals in violation of State Finance Law 163-7. If an award was made under the initial interview results, the evaluation process would not have achieved best value results. Pitfall Contract is non-approved. Failure to include all vendors susceptible to award could result in a successful bid protest. 25

INTERVIEW Request For Proposal should state how the interview will be used. The same evaluators must be present for all interviews. Two options: Score using a specific set of questions for all bidders who qualified for the interview. If this technique is used, all bidders susceptible to an award should be included; Use to validate information provided in the proposal. Based on the information provided, the agency reserves the right to rescore against the original technical criteria. Evaluators should note the reasons for changing their initial scores. 26

PRODUCT DEMONSTRATION Request For Proposal should state if the product demonstration will be scored or used to validate information already provided. The same evaluators must be present for all demonstrations. Agency should develop a product demonstration agenda and document outcomes. 27

REFERENCES Request For Proposal and Evaluation Instrument should state how and when (e.g. 9 to 5 EST) references will be contacted. How will the information be used? Proposal validation? Pass/Fail? Points? Things to consider: Define procedure that will be followed if a reference cannot be contacted. Identify in RFP that it is the firm s responsibility to ensure that Contacts are willing to provide a reference. Identify the number of references needed but suggest vendors provide more than the needed number and include order of preference. Very time consuming process, weigh the benefits of the information that will be provided. Anticipate difficulties. 28

OPTIONAL ITEMS If the Request For Proposal requests pricing for an optional item or service, it must be included in the evaluation process if it is the Agency s intent to include it in the contract or a future amendment. All bidders must provide pricing (optional for the agency not vendors) Weigh the value of the need will this make solicitation too restrictive? Cost must be evaluated. If not included in the evaluation process, normal procurement rules apply for future need. 29

COST EVALUATION Cost must be objective. Evaluation can be done by one individual. The result is a single value that is added to the technical score. Define in Evaluation Instrument the use of decimals and rounding. A two-step approach is possible. For example: Step I is a fixed cost that is based on a set of deliverables. Step II is based on hourly costs for specific skill sets. 30

COST EVALUATION Provide two components for cost: Step I lists each Deliverable as well as a fixed Not-to- Exceed cost total. Step II to be completed with the hourly rate for each skill set. Set maximum points available for each of the cost components. 31

SCENARIO 4 WHAT WOULD YOU DO? The Request For Proposal for the Project Management Tool requested the bidders provide a system implementation cost and a fixed annual maintenance cost over a five year period. 70% Technical and 30% Cost Weighting. Progressive Technology provided a fixed maintenance cost for year 1 and stated years 2 through 5 would be based on the preceding year s cost plus CPI. 32

SCENARIO 4 WHAT WOULD YOU DO? To address this situation, the Agency assumed an annual escalation rate of 3% for evaluation purposes. Global IT Partners, Inc. Progressive Technology Worldwide System Specialists Knowledge Forte System $500,000 $495,000 $350,000 $559,000 Implementation Maintenance $58,500 $63,710 * $90,000 $29,000 Costs Total Cost $558,500 $558,710 $440,000 $588.000 Cost Score 23.63 23.63 30.00 22.45 Technical Score 69.00 69.00 55.00 70.00 Total Score 92.63 92.63 85.00 92.45 *Assume 3% annual CPI escalation 33

SCENARIO 4 WHAT WOULD YOU DO? In accordance with State Finance Law, lowest cost is the determining factor in a tie. Global IT Partners has the lower cost and is determined to be the best value. Global IT Partners, Inc. Progressive Technology Worldwide System Knowledge Forte Specialists System $500,000 $495,000 $350,000 $559,000 Implementation Maintenance $58,500 $63,710 * $90,000 $29,000 Costs Total Cost $558,500 $558,710 $440,000 $588.000 Cost Score 23.63 23.63 30.00 22.45 Technical Score 69.00 69.00 55.00 70.00 Total Score 92.63 92.63 85.00 92.45 *Assume 3% annual CPI escalation 34

SCENARIO 4 WHAT WOULD YOU DO? Approve the contract? Request additional information? Return the contract non-approved? 35

SCENARIO 4 WHAT WOULD YOU DO? What if the agency assumed an annual escalation of 1.5%, the year-to-date CPI average? System Implementation Maintenance Costs Global IT Partners, Inc. Progressive Technology Worldwide System Specialists Knowledge Forte $500,000 $495,000 $350,000 $559,000 $58,500 $61,827 * $90,000 $29,000 Total Cost $558,500 $556,827 $440,000 $588.000 Cost Score 23.63 23.71 30.00 22.45 Technical Score 69.00 69.00 55.00 70.00 Total Score 92.63 92.71 85.00 92.45 *Assume 1.5% annual CPI escalation 36

SCENARIO 4 WHAT WOULD YOU DO? Return the contract non-approved. The proposal from Progressive Technology was nonresponsive to the Request For Proposal requirements as they did not provide a fixed rate for each year. The agency cannot not make an accurate assumption on what the CPI escalation will be each year in order to evaluate the cost proposal. 37

BEST AND FINAL OFFERS (BAFO) Considered a revision as discussed in State Finance Law. Typically a revised final cost proposal (opportunity to sharpen their pencils ) Beneficial if bids are above agency budget Agency must reserve right to request BAFOs 38

BEST AND FINAL OFFERS (BAFO) Things to Consider Susceptible to Award (eligible for BAFO) must be well defined in Evaluation Instrument, especially if short listing is also being used. May not change scope cannot prejudice bidders who may not have bid based on original Request For Proposal. May not change evaluation criteria after receipt of bids. Problematic if also using short listing or any technical rescore. Cost and composite scores are re-calculated. 39

NEGOTIATIONS Different from a Best and Final Offer. Agency may negotiate with selected vendor to the benefit of NYS to drive down cost with the apparent winner. Award notification letter should: Indicate a conditional award subject to successful negotiations. Non-winning bidders should be notified of conditional award and the possibility that failed negotiations could result in an alternative award. Reserve this right in Request For Proposal. Do not allow tradeoff of some prices to increase while others decrease. 40

ASSIGNMENT One vendor assigns responsibility for performance and right to payment to another vendor. It will be signed by assignor, assignee and the agency. Due to a corporate restructuring, the assignor and assignee may have the same signatory. 41

ASSIGNMENT Must assume the work at no additional cost to the state with no change to terms or conditions. Must include an Effective Date for the transfer of liabilities. Contractor s legal name must be on the agreement (Guide to Financial Operations XI.2.D) if it also uses a Doing Business As (DBA) name. 42

ASSIGNMENT SFS requires 2 batches be created. Amendment to Original Agreement - Change the end date to the day before the assignment effective date. - Reduce the contract amount down to the final total payment amount. Create New Contract - Established under the new vendor ID. - Starts on the effective date of the assignment. - End date should be the same as original contract end date. - The contract amount may not exceed the total unexpended amount from the original agreement. 43

ASSIGNMENT Guide to Financial Operations Chapter XI.12.B provides guidance and boilerplate agreement. Different from an Assignment of Payment (Guide to Financial Operations Chapter XII.8.E) or a Vendor Name/Address Change. 44

THANK YOU! Any Suggestions for Topics to be Covered Next Time 45