Procurement Plan Template
Transcription
Procurement Plan Template
PROCUREMENT PLAN For procurement of goods/services (excluding construction works) through open tender or for procurements of $100,000 or more [Instructions and guidence] [Content to be inserted by the Procurement Officer] [Ensure all highlighting has been completed or removed prior to approval] [This procurement plan must be approved prior to approaching the market] [Nature of Goods/Services] for [Nature of the Project] at [Name of School] (the School) [Procurement Title e.g. Design services for the design of a four classroom block at Bugtown School] [Reference number if available] Contents 1. Purpose and objectives....................................................................................................... 3 2. Background ......................................................................................................................... 3 3. Our requirements ................................................................................................................ 3 4. Procurement value and budget ........................................................................................... 6 5. The Contract ....................................................................................................................... 7 6. Market research and engagement ...................................................................................... 7 7. Stakeholder Engagement ................................................................................................... 7 8. Procurement strategy.......................................................................................................... 8 9. Roles, responsibilities and control points............................................................................ 8 10. Timeline ............................................................................................................................ 10 11. Evaluation plan ................................................................................................................. 11 12. Price evaluation ................................................................................................................ 15 13. Due diligence .................................................................................................................... 15 14. Conflict of Interest process ............................................................................................... 15 15. Award and debrief ............................................................................................................. 16 16. Risk register ...................................................................................................................... 16 17. Procurement plan approval ............................................................................................... 17 .............................................................................................................................................................................. .................................................................................... 1. Purpose and objectives 1.1 The purpose of this document is to detail the plan for the procurement of [Procurement title] for [the Board of Trustees (BoT) of [name of School] [OR] [the Ministry business unit] (The Buyer). The procurement will be conducted through a [specify the approach to market method] [e.g. single/two stage open tender, closed Request for Proposal (RFP) to [number] potential suppliers]. 1.2 The objective of this procurement is to source the supply of [describe the outcome/goods/services sought] [e.g. design services for the design of a four classroom block at Bugtown School]. 1.3 [This procurement relates to property construction/maintenance of schools and therefore the privacy impact is minimal.][EIS procurement only: If for goods/services other than those relating to property construction/maintenance of schools, contact a Procurement Leader for further advice] 2. Background 2.1 [Describe the project (of which this procurement is a part) in enough detail to give context to the procurement and to in turn enable a clear understanding of the overall requirements. This may include: history to the project to date: what has lead to the project being undertaken the overall outcome sought and key considerations a description of the project an outline of the overall procurement strategy for the project including how this procurement fits into the overall procurement strategy for the project and how other elements of the project have been or will be procured. 3. Our requirements [Our requirements sections should be drafted so that it can be copied and pasted directly into the ROI/RFP/RFQ document] Pre-conditions[Optional section] [Pre-conditions are mandatory Requirements. They must be polar (yes/no), relevant, demonstrable, not open to interpretation and not reversible once the tender closes. Any Respondent/Proposal that does not meet all pre-conditions must be excluded from further evaluation. Pre-conditions must be limited to: legal or financial capacity commercial or operational capacity or capacity to deliver appropriate technical skills or expertise or relevant experience Examples of pre-conditions include: minimum qualification and/or membership of professional body Page 3 of 17 minimum level of relevant recent experience minimum availability Requirements (e.g. must be able to commence on the intended start date) minimum capacity Requirements. Pre-conditions must NOT include requiring Respondents to have specific experience with the Ministry, a particular school, or schools in general.] 3.1 To be considered for this opportunity Respondents/Proposals must satisfy all of the following pre-conditions: [pre-condition]. 3.2 Respondents that are not able to meet all pre-conditions will be excluded from evaluation (subject to Procurement Sponsor approval). Required solution 3.3 [Describe the Requirements to be supplied which may include: Nature of the goods/services sought (e.g. project management, design services or quantity surveying services) key deliverables an indicative overall project budget what is to be constructed outcomes sought the scope of the engagement site considerations time frames.] 3.4 [To be included if the engagement is to include the Requirement for Information and Communication Technology (ICT) network design/products/installation][This engagement includes the Requirement for the following Information and Communication Technology (ICT) network design/products/installations: structured cabling (cabling and connectivity constructed according to standardised rules to facilitate integration of voice, data, video, and other signals) product supply and installation services] [and/or] wireless integration services product supply and installation services ICT Network products and installations must comply with the Ministry’s ICT Cabling Infrastructure Policy and Standards for Schools and the Respondent is (or must sub-contract ICT installation to) one of the Ministry’s Approved ICT Installation Contractors (All Ministry approved ICT Installation Contractors have been police vetted). Any change to ICT network design must be approved by the Ministry prior to installation.] 3.5 The supplier will be required to comply with the requirements and recommendations of the Health and Safety in Employment Act: 1992 and any subsequent amendments. Any accident, incident or near miss must be notified to the project manager immediately. 3.6 [To be included if the engagement is likely to involve unsupervised access to students at the School during normal school hours for that school][All supplier personnel (including those of all sub-consultants) accessing the School during normal school hours [time am – time pm][normal school hours for that School]will be required to be police vetted (a review by the BoT of a person’s criminal conviction information held by the New Zealand Police Licensing and Vetting Page 4 of 17 Service Centre). An adverse police vetting may result in the vetted person being refused access to the School.] 3.7 The supplier will be required to maintain the following insurance: Public Liability insurance of no less than $5,000,000 per occurrence [CCCS (over $50,000)] Professional Indemnity insurance of no less than five times the fee with a maximum of $2,000,000 [CCCS (over $50,000)] which must be maintained for a minimum of six years after completion of the services. 3.8 [To be included if the engagement involves design services][Design must comply with the Ministry of Education’s Development Compliance Framework (DCF), the Property Strategy 2011-2021 and Property Management Policies for safe, flexible and inspiring learning environments as set out at State Schools Design Standards, including: access for students with special education needs acoustics Building Warrant of Fitness (BWOF) environmental best practice guidelines for schools fire safety and design heating and ventilation health and safety in schools code of practice weather-tightness requirements durability energy efficiency Modern Learning Environments (MLE) design design quality requirements.] Capability 3.9 [The capability (skills and expertise) required by the Respondent in terms of specific skills and expertise (refer to specification where available) as evidenced by: membership of professional body/association relevant certification/accreditation or similar the nature and amount of recent experience relevant to the current procurement e.g. no less than three years recent experience undertaking projects of a similar size/nature to the Requirements][experience with a particular school or with schools in general cannot be specified. As an alternative, consider stating “Preference may be given to Respondents with experience delivering works of a similar nature/size in institutional or comparable settings”] track record. 3.10 [Optional] The Requirement for Named Personnel (e.g. Lead Architect) and their capability (skills and expertise) Requirements as evidenced by: minimum qualifications and/or membership of professional body/association relevant certification/accreditation or similar the nature and amount of experience recent relevant experience track record.] Page 5 of 17 Capacity 3.11 [The resource requirements (e.g. suitable personnel) and the availability of those resources in relation to the timeframe requirements (including for Named Personnel).] 3.12 [Optional][Contingency Requirements for ensuring that sufficient resources will be available throughout the engagement to ensure full delivery by the anticipated completion date.] 4. Procurement value and budget [The Procurement Value (used to determine the minimum approach to market method threshold) is the total value of all expenditure which may result from the procurement including the value of: the initial term/scope of the Contract(s) intended to result from the procurement all optional renewals/extensions and options for the purchase of additional goods, services or works all contracts/engagements that may result from either the procurement or from the initial Contract all premiums, fees or commissions to a supplier or broker all revenue/remuneration that a supplier may receive.] 4.1 The Procurement Value (maximum total estimated value) of this procurement is: Description Value ($NZ excluding GST) Initial Contract quantity/term/scope [$amount] All potential extensions/renewals/variations [$amount] All potential additional expenditure [$amount] All follow-on Contracts/engagements that may result from the procurement or from the initial Contract [$amount] Total Procurement Value (Maximum Total Estimated Value) [$amount] 4.2 [explanation for the composition of the Procurement Value][e.g. the potential for further engagements/Contracts. Note that all actual/potential optional extensions, renewals variations, additional expenditure and further resultant Contracts or engagements must be outlined in our Requirements in both the Procurement Plan and ROI/RFP/RFQ to ensure that potential suppliers are aware of what is in scope and what may optionally become within scope of the procurement] 4.3 The budget for this procurement is $[amount]. The budget has been approved in writing by the person with appropriate Delegated Financial Authority (DFA) (Procurement Sponsor). Prior written approval of the Procurement Sponsor will be obtained should for any additional budget. 4.4 Funding will be allocated from [detail source(s) of funding including cost centre codes where appropriate]. Page 6 of 17 5. The Contract 5.1 The supplier will be engaged through a [specify the Contract template] contract. 5.2 [Detail any non-standard terms and conditions]. 5.3 It is anticipated that the Contract will commence on [Date]. [The Contract will expire upon completion (once all deliverables have been delivered), anticipated to be [Date] or as agreed with the supplier. [OR] The table below outlines the expected term of the Contract. Any extension to the initial term of the Contract will be made in accordance with the Conditions of Contract following approval by the appropriate manager with DFA.] Description Months/Years Initial Contract term [Number] [Months/years] Optional extensions [Number] extensions of up to [Number] [Months/years] Maximum potential Contract term [Number] [Months/years] 6. Market research and engagement 6.1 [Outline the market research and engagement undertaken including: recent history of similar projects/engagements discussions with other comparable Buyers [e.g. other schools] discussions with potential suppliers discussions with other relevant parties [e.g. industry bodies/associations]] 6.2 [Outline the key findings of the market research findings used to inform the development of the procurement strategy including: size and nature and current state of the supply market how the market operates availability of potential suppliers likely number of Respondents any other considerations that may influence development of the procurement strategy.] 7. Stakeholder Engagement 7.1 [List the key stakeholders consulted during the development of the Procurement Plan [e.g. the BoT, school staff, the Ministry, local council, neighbours and outline key findings resulting from stakeholder engagement used to inform the development of the Requirements and procurement strategy.] Page 7 of 17 8. Procurement strategy 8.1 [Detail the procurement strategy and the rationale for determining the strategy (including findings from market research, engagement with potential suppliers and stakeholder engagement). The Procurement strategy should include: approach to market method (e.g. open tender advertised on GETS or closed tender to [number] potential suppliers, one stage RFP or two stage open ROI followed by closed RFP to short listed Respondents) if closed; the names of potential suppliers to be invited to participate and the rationale for their selection the use of pre-conditions site visits/briefings/interviews contract structure/term. 9. Roles, responsibilities and control points 9.1 Roles and responsibilities for this procurement are: Name Role Responsibility [Name] Procurement Officer Management and administration of the procurement process [Name] Procurement Owner Represent the internal client business area [Name] Procurement Sponsor Overall responsibility for the procurement Delegated Financial Authority [Name] (may be same as Procurement Sponsor) Contract signatory Undertake Price analysis and scoring Provide financial advice Undertake active probity auditing [Name] [e.g. Probity Officer] Provide Independent Probity Advice Provide specialist advice [Name] [e.g. Specialist Advisors regarding [detail] [Note: the Procurement Sponsor must not be directly involved in the procurement; must not be the Procurement Officer, Procurement Owner or an evaluator] [Name] [e.g. Financial Analyst] Page 8 of 17 9.2 Control points for this procurement are: [For BoT led: delete Procurement Leader column] [OR] [For EIS led: delete Ministry Property Advisor column] Procurement Procurement Ministry EIS Procurement EIS Owner Property Procurement Sponsor Procurement Advisor Leader Officer Director [BoT led] [EIS led] Conflict of Interest Management Plan D E Procurement Plan D E ROI / RFP D A E Evaluation Workbook (Open Tender) D A E Exclusion of a Respondent from full evaluation D E E Award of contract ($25k or more) to a BoT member1 D E E Recommendation Report D E C Proposed Contract D E C E A E A A E E A E A S Contract Signatory D: Draft E: Endorse (Support) A C: Copy to A: Approve 1 S: Sign Request for approval is to be made using a Conflict of Interest and Confidentiality Agreement form which is to be emailed to [email protected] following endorsement by the Project Sponsor. Page 9 of 17 10. Timeline 10.1 The tender will be openly advertised on GETS for [number] [RFP: no less than 18, ROI; no less than 13] full business days (9am-5pm). 10.2 The timeline for this procurement is: [add/delete/amend lines as required] Task Responsible Due Date Approve Procurement Plan Procurement Sponsor [Date] Approve [ROI/RFP] and Evaluation Workbook Procurement Owner [Date] [Publish [RFP/ROI] on GETS [OR (for closed tender)] release RFP to potential Respondents] Procurement Officer Deadline for Questions Procurement Officer [Date] Deadline to respond to Questions Procurement Officer [Date] [ROI/RFP] Deadline for Registration/Proposal Procurement Officer [Time/date] Individual Evaluations Evaluation Team [Date] [Two stage process] Evaluation Team meeting to short-list Respondents Procurement Officer [Two stage process]Release RFP to short listed Respondents Procurement Officer [Two stage process]Deadline for Questions Procurement Officer [Date] [Two stage process]Deadline to respond to Questions Procurement Officer [Date] [Two stage process]Deadline for Proposals Procurement Officer [Time/date] [Two stage process]Individual Evaluations Evaluation Team [Date] Final Evaluation Team meeting Evaluation Team Recommendation Report approved Procurement Sponsor Contract awarded and all Respondents advised of the outcome Procurement Officer Contract signed Procurement Sponsor [Date] Contract Award Notice published on GETS Procurement Officer [Date] Contract start date Procurement Officer [Date] Page 10 of 17 [Date] [Date] [Date] [Date] [Date] Debriefs completed 11. Procurement Officer [Date] Evaluation plan Evaluation Approach 11.1 This procurement will be evaluated and scored against the criteria listed below using a weighted attribute evaluation method. Evaluation Criteria and Weightings 11.2 The following criteria and weightings will be used for the evaluation of this procurement: [Evaluation criteria must not be amended. Approval of EIS Procurement is required to amend criteria weightings (exceptional circumstances only).] Criteria Weighting (%) Proposed Solution (Comprehensiveness, deliverability and robustness, understanding of the requirements) goods/services/deliverables Method and approach Systems and processes 30% Relationship management Health and safety Risk management [if relevant][coordination/management of sub-consultants] Capability (Skills and expertise of the Respondent/Named Personnel/subconsultants) Qualifications/professional memberships/certifications/accreditations 15% Experience Track record [optional if relevant][experience working with sub-consultants] Page 11 of 17 Capacity (Resource requirements of the Respondent/Named Personnel/subconsultants) 15% Sufficiency of resources Availability of resources Sufficiency of back-up resources (contingency) Price 40% 100% 11.3 The following rating scale will be used to score criteria: Rating Definition Score EXCELLENT a. Exceeds the criterion to provide substantial additional benefit b. 9-10 and/or reduction of risk GOOD c. Exceeds the criterion to provide some additional benefit and/or reduction of risk d. 6-8 ACCEPTABLE e. Meets the criterion f. MINOR DEFICIENCY g. Does not meet the criterion due to minor deficiency or risk MAJOR DEFICIENCY i. Does not meet the criterion due to major deficiency or risk UNACCEPTABLE k. Does not comply, insufficient information provided or unacceptable deficiency or risk 5 h. 3-4 j. 1-2 l. 0 11.4 A Response/Respondent may be excluded from further evaluation and/or selection if it scores four or less (a rating of less than acceptable as described above) for any one or more of the evaluation criteria. Evaluation Team 11.5 The Evaluation Team (ET) is: Role Name Evaluator/Chair [Name] Evaluator [Name] Evaluator [Name] Evaluator [Name] Evaluation process 11.6 The process for evaluating this procurement is: Step Activity Comment Page 12 of 17 [Unlock GETS e-tender box][OR (for closed tenders conducted outside GETS)][Register responses and open] and conduct initial review of [Proposals/Registrations] for: 1 compliance with the tender process terms and conditions initial due diligence pre-conditions [optional] Conducted by the Procurement Officer and ET Chair Acceptance of any late [Proposal/Registration] requires written approval of the Procurement Sponsor Exclusion of any [Proposal/Registration] requires written [for EIS led][endorsement of an EIS Procurement Leader and] approval of the Procurement Sponsor 2 ET briefing (including identifying Respondents and updating Conflict of Interest declarations) Procurement Officer and ET ET members [X] [Two stage process]Independent evaluation and scoring of Registrations (capability and capacity) [Two stage process]ET Meeting to: Facilitated by the Procurement Officer a. review consolidated individual scores b. agree provisional ET scores c. [X] identify any requirement for clarifications/reference checks/interviews and if required: i. adjourn the meeting ii. obtain clarifications/undertake reference checks/interviews iii. reconvene the meeting iv. review outcome of clarifications/reference checks d. finalise ET scores by consensus e. rank Registrations by ET final score and select a short list of Respondents for the stage two closed RFP [Two stage process]Following the conducting of a closed RFP with short listed Respondents, Unlock GETS e-tender box and conduct initial review of Proposals for: [X] compliance with the tender process terms and conditions initial due diligence [X] Independent evaluation and scoring of Proposals’ non-Price criteria Conducted by the Procurement Officer and Evaluation Team Chair Acceptance of any late Proposal requires written approval of the Procurement Sponsor Exclusion of any Proposal requires written [for EIS led[endorsement of an EIS Procurement Leader and] approval of the Procurement Sponsor ET members Page 13 of 17 Separate analysis of Proposal Price Conducted by: Procurement Officer [Project Manager] [X] [Case Manager] [Lead Designer] [Quantity Surveyor] Facilitated by the Procurement Officer ET meeting to: a. review consolidated individual non- Price scores b. agree provisional ET scores by consensus c. [X] identify any requirement for clarifications/reference checks/interviews and if required: v. adjourn the meeting vi. obtain clarifications/conduct reference checks/interviews vii. reconvene the meeting viii. adjust provisional ET scores by consensus d. finalise ET non-Price scores by consensus e. rank Proposals by final ET non-Price score and determine a final short list of “acceptable” Proposals f. present analysis of Proposal Prices g. [Calculate Price scores and final total weighted scores of short listed Proposals] h. select the preferred Respondent and note any requirement for additional due diligence/negotiation. Draft and obtain endorsement and approval for the Recommendation Report Drafted by Procurement Officer Recommended by Team Chair Endorsed by Evaluation Team members Endorsed by Procurement Owner [X] [EIS led][Endorsed by a Procurement Leader] [BoT led][Copy to Ministry Property Advisor (no less than two business days before approval)] Approved by Sponsor Procurement Page 14 of 17 12. Price evaluation 12.1 Analysis of Proposal Price is to be conducted separately from non-Price evaluation and the ET will not be provided with Proposal Pricing information until ET non-Price scores have been finalised and a final short list of “acceptable” Proposals has been determined. 12.2 [Detail how Price will be analysed to obtain a single valid comparable Price for each Proposal. Include how Pricing components will be validated to provide assurance that they are reasonable] 12.3 Once a short list of acceptable Proposals has been determined (following evaluation, scoring and ranking of non-Price criteria) the following formula will to be applied to the Price of each of the short list of acceptable Proposals: Proposal A score = (Lowest Proposal Price / Proposal A Price) x 10 13. Due diligence [What due diligence is to be undertaken, when it will/may be conducted and to which responses will vary depending on the circumstances of each Procurement. This section should detail reference to what due diligence will/may be conducted and when.] 13.1 [The conducting of due diligence will be determined by the ET and may involve investigations to determine whether entering into a Contract with a Respondent may expose the Buyer to risk. Due diligence includes investigation relating to: validity of the response a Respondent’s financial viability a Respondent’s ownership/structure a Respondent’s business practices Director status statements disputes with the Ministry] 13.2 [Due diligence may include: reference checks Respondents interviews and/or presentations other checks against the Respondent e.g. credit check, Companies Office inspection of Respondent’s audited accounts Police vetting of Respondent’s personnel.] 13.3 Exclusion from evaluation and/or selection of any Respondent for due diligence requires the written [for EIS procurement][ endorsement of an EIS Procurement Leader and] approval of the Project Sponsor. 14. Conflict of Interest process 14.1 All persons involved in this Procurement must submit a completed Conflict of Interest and Confidentiality Agreement upon commencement of their involvement. All involved persons are required to immediately report any Conflict of Interest that arises at any time during the procurement process (including once participating Respondents have been identified). Page 15 of 17 14.2 For each Conflict of Interest identified, a Conflict Management Plan must be approved by the Project Sponsor (or the Project Sponsor’s manager for any Conflict of Interest relating to the Project Sponsor). 14.3 [BoT property procurement][For Contracts with a value of $25,000 or more, written approval of an EIS Procurement Manager (on behalf of the Secretary for Education) is required prior to a BoT entering into any Contract with a BoT member or a Respondent organisation owned or controlled by a BoT member.] 15. Award and debrief 15.1 Once a Contract has been awarded, a Contract Award Notice will be published on GETS. 15.2 All Respondents will be advised in writing of the outcome and will be offered a debrief 16. Risk register Risk Description Risk Rating Treatment [e.g. No responses] [From risk rating tool] [treatment] [e.g. No responses within budget] [From risk rating tool] [treatment] [e.g. Challenge by an unsuccessful Respondent] [From risk rating tool] [treatment] THREAT Risk rating tool Minor Medium Major Substantial Moderate High Extreme Extreme Likely Low High High Extreme Possible Low Moderate High High Unlikely Very Low Low Moderate High Rare Very Low Low Moderate Moderate LIKELIHOOD Almost certain Page 16 of 17 17. Procurement plan approval Recommended by Procurement Officer [Procurement Officer signature or see attached email] [Name] [Date] Endorsed by Procurement Owner [Procurement Owner signature or see attached email] [Name] [Date] [EIS led only (delete row for BoT led)] Endorsed by EIS Procurement Leader Approved by Procurement Sponsor [EIS Procurement Leader signature] [Name] [Date] [Procurement Sponsor signature or see attached email] [Name] [Date] Page 17 of 17