2.             PARA TRANSPO IN-HOUSE BID

 

SOUMISSIONS INTERNES POUR LES SERVICES DE PARA TRANSPO

 

 

 

commITTEE RECOMMENDATION

 

That Council approve:

 

1.                  The process for managed competition described in this report that will allow for an in-house bid to be submitted for the up-coming Para Transpo contracts;

 

2.                  That Public Works and Services department establish an ‘In-House Bid Team’, which would include representatives of the Amalgamated Transit Union to prepare and submit ‘City bids’ for both van and non-accessible sedan Para Transpo service;

 

3.                  That the Director, Transit Services be authorized to submit a bid to provide Para Transpo Services on behalf of the ‘In-House Bid Team; and

 

4.                  That budget of $100,000 be identified to cover the costs of the managed competition process: in particular to cover the cost of a Fairness Commissioner, financial analysis and assistance for the in-house team in bid preparation.

 

 

recommandation du COMITÉ

 

Que le Conseil approuve:

 

1.                  Le processus de concurrence dirigée décrit dans le présent rapport afin de permettre des soumissions internes pour les prochains contrats visant les services de Para Transpo;

 

2.                  La création, par Services et Travaux publics, d’une « équipe des soumissions internes » qui comprendrait des représentants du Syndicat uni du transport et serait chargée de préparer et présenter les soumissions de la Ville pour les services de Para Transpo utilisant des fourgonnettes adaptées et des berlines non accessibles;

 

3.                  Que le directeur des Services de transport en commun soit autorisé ŕ présenter une soumission pour la prestation de services Para Transpo au nom de l’équipe de soumission interne;

 

4.                  L’affectation d’un budget de 100 000 $ pour couvrir les coűts du processus de concurrence dirigée, plus particuličrement les coűts liés aux fonctions du commissaire de l’équité, ŕ l’analyse financičre et au soutien ŕ l’équipe interne pour la préparation des soumissions.

 

 

 

 

Documentation

 

1.                  Acting Deputy City Manager, Public Works and Services report dated 19 June 2006 (ACS2006-PWS-TRN-0007).

 

 

 

 


Report to/Rapport au:

 

Transportation Committee

Comité des transports

 

and Council/et au Conseil

 

196 June 2006/le 619 juin 2006

 

Submitted by/Soumis par: R.G. Hewitt

Acting Deputy City Manager/Directeur municipal adjoint par intérim,

Public Works and Services/Services et Travaux publics

 

Contact/Personne-ressource: H. Gault, Manager/Gestionnaire,

Transit Service Planning and Development/Planification et développement Service du transport en commun

613-842-3636 ext. 2435, helen.gault@ottawa.ca

 

City Wide

Ref N°:  ACS2006-PWS-TRN-0007

 

SUBJECT:     PARA TRANSPO IN-HOUSE BID

 

OBJET:          SOUMISSIONS INTERNES POUR LES SERVICES DE PARA TRANSPO

 

 

REPORT RECOMMENDATIONS

 

That the Transportation Committee recommend Council approve:

 

1.         The process for managed competition described in this report that will allow for an in-house bid to be submitted for the up-coming Para Transpo contracts;

 

2.         That Public Works and Services department establish an ‘In-House Bid Team’, which would include representatives of the Amalgamated Transit Union to prepare and submit ‘City bids’ for both van and non-accessible sedan Para Transpo service;

 

3.         That the Director, Transit Services be authorized to submit a bid to provide Para Transpo Services on behalf of the ‘In-House Bid Team; and

 

4.         That budget of $100,000 be identified to cover the costs of the managed competition process: in particular to cover the cost of a Fairness Commissioner, financial analysis and assistance for the in-house team in bid preparation.

 


RECOMMANDATIONS DU RAPPORT

 

Que le Comité des transports recommande au Conseil d’approuver:

 

1.                  Le processus de concurrence dirigée décrit dans le présent rapport afin de permettre des soumissions internes pour les prochains contrats visant les services de Para Transpo;

 

2.                  La création, par Services et Travaux publics, d’une « équipe des soumissions internes » qui comprendrait des représentants du Syndicat uni du transport et serait chargée de préparer et présenter les soumissions de la Ville pour les services de Para Transpo utilisant des fourgonnettes adaptées et des berlines non accessibles;

 

3.                  Que le directeur des Services de transport en commun soit autorisé ŕ présenter une soumission pour la prestation de services Para Transpo au nom de l’équipe de soumission interne;

 

4.                  L’affectation d’un budget de 100 000 $ pour couvrir les coűts du processus de concurrence dirigée, plus particuličrement les coűts liés aux fonctions du commissaire de l’équité, ŕ l’analyse financičre et au soutien ŕ l’équipe interne pour la préparation des soumissions.

 

 

BACKGROUND

 

The current FirstBus contracts for the provision of Para Transpo van and sedan service expire on June 30, 2007.  The lead-time to obtain wheelchair-accessible vehicles is estimated to be six to nine months.  This means that, to have new vehicles available for July 1, 2007, they must be ordered as soon as possible and therefore the procurement process should be initiated now. 

 

On May 17, 2006 during discussion of the report presented to Transportation Committee regarding “Para Transpo Service Contracts and Taxi Script Pilot Project”, City staff was directed to report back to Transportation Committee on the process to be used to accommodate and evaluate an “in-house” bid to provide Para Transpo service.  This report provides information on the recommended procurement, in-house bid and evaluation process.

 

To ensure a smooth transition between service providers and to allow sufficient time for an in-house bid, the City is attempting to is negotiating a three-month extension to the existing FirstBus contracts as well as the option for a further three one-month periods. , in the event that a delay of the award is caused by some unforeseen circumstances.  The terms and conditions for the extensions, if successful, will  mirror those submitted in the original FirstBus RFP submissions, including an annual price escalation capped at three percent. 

 

DISCUSSION

 

Procurement Process

 

The following procurement process was developed by Supply Management in order to ensure an open, fair and transparent procurement process. 

 

The focus of the procurement will be customer service and cost.  The bid solicitation document will be written so that the service delivered will meet the customers’ needs at the lowest tendered cost.

 

1.   One bid solicitation document will be issued to include a two-stage procurement process.  The pre-qualification process will include both mandatory and rated criteria with a pass grade, and only those bidders who are qualified will be considered for contract award in the tender stage, as the lowest responsive bidder: 

 

·          Potential bidders will have the option of bidding on wheelchair-accessible van service and/or non-accessible sedan service;

·          A number of service levels for each service type will be included in the procurement process and bidders will be required to bid on all the service level options listed within each service type that they bid on;

·          A two sealed envelope approach will be used for each service type, so that the tender pricing is not known to the evaluation team during the evaluation of the stage one pre-qualification, and only those envelopes from the pre-qualified bidders will be opened, with the lowest responsive bidder recommended for award;

·          Before awarding a van and sedan contract, a comparison will be made to the cost of delivering service through the existing taxi contracts;

·          One wheelchair-accessible van service contract will be awarded and the service level awarded will be based on the mix of accessible vehicles (accessible van, accessible taxis) that would be available for the beginning of the new contract period that will deliver the overall most cost-effective service, in the sole opinion of City staff; and,

·          If a sedan contract is awarded, the service level awarded will be based on the mix of non-accessible vehicles (sedan and taxis) that would be available for the beginning of the new contract period that will deliver the overall most cost-effective service, in the sole opinion of City staff. 

 

2.   Clauses will be included in the bid solicitation document to allow for adjustments in service levels over the contract period based on budget approvals as well as additional service delivery options that may become available such as Taxi Script.

 

3.   The wheelchair-accessible van service and the non-accessible sedan service will contain the following elements:

 

·          A five-year contract (with an option for one additional year if both parties are in agreement and stated conditions are met) to ensure that the vehicles used to deliver the service provide an acceptable level of service throughout the entire contract period; and

·          The successful bidder will be required to purchase and maintain the vehicles used to deliver the contracted service.  To ensure vehicle suitability and comfort for customers, the bidders will have to obtain approval from the city for the vehicles that they want to supply to fulfill the contract(s), which must also meet the minimum vehicle specifications, which will be included in the RFT document.

 

4.   The bid solicitation document will contain performance measures and service standard clauses, which will ensure a high quality of service in areas such as service reliability, customer service, vehicle cleanliness, safety and maintenance standards.

 

5.   The bid solicitation document will include provisions that minimize the City’s exposure to service disruptions.

 

6.   The bid solicitation document will require the successful bidder(s) to ensure that appropriate disability awareness and sensitivity training is provided to all drivers.

 

7.   The bid solicitation document will include the requirement for the successful bidder to recognize the ATU 279 as the bargaining agent for the Para Transpo drivers, to resolve all collective agreements via final and binding interest arbitration and to hire all the FirstBus Para Transpo drivers required to meet the contract obligations, in the event that the in-house bid is not successful. 

 

8.   In order to ensure an open, fair and transparent procurement process, the bid evaluations will be conducted by an evaluation team comprised of senior staff from Transit Services, Fleet Services, Labour Relations and Supply Management, and will be based solely on the basis of award as stipulated in the bid solicitation document.

 

9.   The competitive process will be designed to ensure a fair evaluation of all the bids, determining which will result in the best value for the City, as evidenced by the lowest responsive bidder having passed through the pre-qualification stage.

 

10. The bids will be based on:

 

·          A common Statement of Work that all bidders must respond to;

·          The provision of adequate information so that all bidders are knowledgeable enough to bid on an informed basis; and

·          A fair and objective evaluation of all bids received by an evaluation team of city staff.

 

In-House Bid Process

 

Consistent with the City of Ottawa’s philosophy to introduce an element of competition in the delivery of its services, it is recommended that an in-house bid process be undertaken for both wheelchair-accessible van and for non-accessible sedan service.  The in-house bid approach presents an opportunity to carefully compare the costs and benefits of contracting with private businesses against the costs and benefits of providing the service directly.  

 

In order to provide a fair opportunity for the private and public sector to participate, and to maintain a high degree of integrity in the procurement processselection approach, the normal bid solicitation process for the City of Ottawa will be used.  This means that the evaluation and selection of competing in-house and external bids will be conducted at the same time, by the same evaluators, using the same evaluation criteria, on the basis of fairness, transparency, prudence and probity that is normally found in public procurement procedures.  

 

In order to ensure a fair and transparent process, the project will be guided by the ‘Guidelines for the In-house Bid Process’ (Attachment 1).  The Deputy City Manager, Public Works and Services, will be the Executive Sponsor.  tThe City will establish a Bid Project Development and Evaluation Team for the procurement process, which will be chaired by the Manager, Transit Service Planning and Development, Deputy City Manager, Public Works and Services, and will include senior staff from Transit Service Planning and Development, Para Transpo, Supply ManagementLegal Services, Labour Relations, Finance and Fleet Services as well as subject matter experts, as required..

 

This Team, assisted by an external Fairness Commissioner, will develop the bid document, carry out the detailed evaluation of the responses and recommend the contract award(s).

 

The Bid Project Development and Evaluation Team will follow stringent guidelines for the assessment of all proposals, including those from the in-house team, to ensure they are evaluated fairly.  All proposals will be subject to the same stringent Statement of Requirements and the same stringent  same evaluation criteria.

 

A joint management/ATU team will also be formed to develop the in-house bid for both the van and sedan service.  Key staff resources assigned to this team will include: the Director, Transit Services, as Project Authority; the Program Manager, Para Transpo; senior staff from Fleet Services and Finance, as well as representatives from the Amalgamated Transit Union.  The in-house team will also have the services of a consulting team to assist in the preparation of the bid.

 

In keeping with the principles of the City’s Purchasing By-Law, and the extra burden of fairness associated with the managed competition process, a special management structure will be put in place to ensure that a “Conflict wallfirewall” feature exists between members of the in-house bid team and those involved in the bid development, evaluation and recommendation for award.

 

Any communications on bid-related matters and other linkages between the two separate team members will be severely restricted to preserve objectivity and to ensure that the integrity of the selection process is maintained.  There will be no communications between members of these groups on bid related matters throughout the bidding process except at bidder meetings or other forums established under the terms of the procurement process.

 

In this regard, the Bid ProjectDevelopment and Evaluation Team will be assisted by the consulting firm, P3 Advisors, and in particular, Louise Panneton, who has considerable experience in managed competition involving public agencies, including oversight of the recent City of Ottawa Solid Waste Collection contracts.

 

The first deliverable from the consultant is the attached will be a formalGuideline for the In-House Bid Processacceptable to the Deputy City Manager, Public Works and Services, which will be distributed to and accepted by all staff involved in the process in advance of the receipt of bid submissions.  This document is will be based on the guideline used in the Solid Waste Collection process endorsed by Council on July 13, 2005, Corporate Services and Economic Development Committee report #32, item #18, Annex A, which was itself based on the “KPMG Guidelines for Managed Competition” developed on behalf of the City.

 

The competitive process detailed in this report will result in the most cost-effective Para Transpo service that meets customers’ needs.  The procurement process will allow a full assessment of the options under current market conditions in accordance with the basis of award stipulated in the bid document, followed by the award of contract by delegated authority to City staff in accordance with the recommendations of this report and the City Purchasing By-Law. approved by City Council on June 14, 2006.

 

Evaluation Process

 

This procurement process involves two stages.

 

Stage One – Pre-qualification of the Bidders

 

The first stage is a pre-qualification of the competence and experience of the bidder.  Only those bidders responding to the stated rating criteria in sufficient detail, and achieving a pass grade as outlined below and defined within the bid solicitation document will be evaluated as responsive, and considered for contract award as the lowest responsive bidder.

 

It is recommended that the in-house bid also be required to pre-qualify through this process.

 

Failure to achieve the minimum pass grade on the evaluation criteria, which follow in detail, will result in the elimination of the bid from further consideration, and the sealed financial bid will be returned unopened to the bidder.   Note that some individual criteria (not all) include individual pass grades, which must be met, and that the cumulative score must also meet the predetermined pass grade shown.

 

 

Suggested Criteria for RFQ stage

Criterion

Available Points

Minimum Pass

   %               #

QUALITY OF SERVICE

560

60

336

       Transition Planning (need to discuss)      Implementation Planning

160

 

n/a

 

n/a

       HR Management

200

n/a

n/a

       Health and Safety

40

n/a

n/a

       Vehicle Maintenance

120

n/a

n/a

       Value Added Services

40

n/a

n/a

 

 

 

 

CAPABILITY AND EXPERIENCE

80

60

48

       General Corporate Capability

40

n/a

n/a

       References

40

n/a

n/a

 

 

 

 

KEY PERSONNEL

160

60

96

       Senior Executive

25

n/a

n/a

       Transition Manager

45

n/a

n/a

       Operations Manager

45

n/a

n/a

       Maintenance Manager

45

n/a

n/a

 

 

 

 

VEHICLE ACCEPTABILITY

200

80

160

       Need to discuss this concept I think the vehicle itself must qualify, it can’t be just a factor in a list.

Extent to which vehicle meets and exceeds the minimum specification included in the RFT

xx

 

 

 

 

 

 

TOTAL SCORE

1000

70

700

 

 

 

Stage Two – Evaluation of Financial Proposals

 

Sealed tenders from the pre-qualified bidders through the RFQqualification stage of the tender will be opened and reviewed by staff for completeness, accuracy and adherence to the bid requirements.  An independent analysis by an external expert will be undertaken in order to ensure that the In-House Bid Team has included the full cost of providing the required service.  This issue will be as detailed in the attached guideline document. addressed above and include such costs as personnel, equipment, vehicles, gas, utilities, rent, building maintenance, insurance, as well as incremental direct costs.

 

The objective of such an analysis is to eliminate the possibility of cross subsidization and may result in the addition of certain evaluated costs to the in-house bid, which will mayhave the effect of inflating their cost proposal which would be a factor in the bid analysis.    

 

 

CONSULTATION/PUBLIC NOTIFICATION

 

The in-house bid process was developed following direction from Transportation Committee and Council.


 

FINANCIAL IMPLICATIONS

 

The financial implications of the recommended Para Transpo service approach will be provided in detail when an information report on the contract award is brought to Committee and Council in the fourth quarter of this year and will be in compliance with Council approved budget directions.

 

The costs associated with the development of the in-house bid, the assistance of the Fairness Commissioner and the financial analysis of the bids by a third party are estimated to be in the order of $100,000 and will be funded by 2006 savings of $90,000 in the cost of O-Train insurance with the remaining $10,000 provided by reductions in 2006 discretionary expense accounts.

 

 

SUPPORTING DOCUMENTATION

 

Attachment 1 – Para Transpo - Guidelines for the In-House Bid Process

 

 

DISPOSITION

 

Following Council approval, the In-House Bid Team and the Bid Project Development and Evaluation Team will be formed and the procurement process will be started.

 


ATTACHMENT 1

 

 

 

 

PARA TRANSPO SERVICES

 

 

 

Guidelines for the

In-House Bid Process

 

DRAFT

                                           

 

June 14, 2006


Table of Contents

 

 

 

 

Page

 

 

 

1.0

General

 

 

 

 

 

2.0

Introduction

 

 

 

 

3.0

What is an in-house bid?

 

 

 

 

 

4.0

What is competitive neutrality?

 

 

 

 

 

5.0

Process

 

 

 

 

 

6.0

Roles & Responsibilities

 

 

 

 

 

6.1

Executive Team

 

 

6.2

Fairness Commissioner

 

 

6.3

Project Team

 

 

6.4

In-House Team

 

 

6.5

Private Sector Bidders

 

 

 

 

7.0

Rules of the bidding process

 

 

 

 

 

7.1

Inside Information

 

 

7.2

Communications and conflict of interest

 

 

7.3

Confidentiality

 

 

7.4

Accountability

 

 

7.5

Submission Form and Format

 

 

7.6

Support and Financial Evaluation

 

 

7.7

Bidding on External Contracts

 

 

7.8

Bid Team Broad Guidelines

 

 

 

 

 

 

 

 


1.0          General

 

These guidelines have been developed by P3 Advisors Inc., using the "KPMG Guidelines for Managed Competition" which were developed for the City for the management of the Land Ambulance program and subsequently updated and used for the Solid Waste  procurement process last summer and fall. They have been adjusted to address the Para Transpo services procurement and should not be used for any other purposes.  

 

2.0          Introduction

 

The City of Ottawa is currently undertaking procurement processes related to Para Transpo services.  In preparation for this, the City has decided to select a service provider(s) through a competitive process that may include an in-house bid.  There is an existing in-house organization that could respond to the requirement.   The competitive process for the provision of the services will have to be done in a manner that is fair and transparent.  Specific processes will be necessary in order to deal with issues such as the communications between the In-House Team and the contracting authority, the composition of the In-House team and their communications with other departments.

 

In addition, the In-House Team may enter into the competitive process with several advantages; it does not pay business taxes, no profit has to be earned and the cost of capital may be cheaper.  Also the team itself will not have to assume the financial repercussions of the risk of cost overrun, liabilities or contractual compliance that a private sector organization would normally bear.  Both service delivery options may offer advantages:

 

Advantages of the In-House Team

Advantages of a Private Sector Team

Employees own knowledge

Marketplace awareness

Know customer needs well

Outsourcing experience

Do not need to make a profit

Easier access to joint venture opportunities

Can rework processes to reduce costs

Tighter financial management

Should meet technical compliance requirements

Faster response time

Service Level Agreement

Freedom from government regulation, policy

No strike mandate

No strike mandate

Savings are retained within the City

Flexibility with respect to Employment rules

Do not incur overhead costs such as financial security, business tax

Flexibility with respect to adjusting the services

 

 

 

It is acknowledged that the specific advantages will depend on the initiative.  The objective of the competitive procurement process is to choose the best value supplier arrangement regardless of whether the supplier is an in-house or an external service provider.  The Para Transpo service procurement process will lead to the  selection of the lowest cost, qualified and responsive bidder.  In order to be open, fair and transparent, the selection should be based on a fair evaluation of both in-house and private sector bids using the same Statement of Work (SOW) and evaluation criteria.

 


3.0          What is an in-house bid?

 

An in-house bid is generally prepared by the individuals who are currently carrying out the services or have the capability/capacity to carry out the services.  Management of the in-house operation must be within the department to be considered a bid that is truly an in-house bid.  If the in-house bid is to be successful, it will need to demonstrate that the team can transition the organization and services in a manner that provides value for money, including performance and cost effectiveness.  This could entail redesigning key processes, reviewing the scope of activities contracted, and/or adopting new technologies, equipment and approaches.

 

While approaches to service delivery can be put forward in preparing an in-house bid, a successful bid will result in a team that remains within the City and therefore subject to the organizational constraints.  Existing employment policies and collective agreements will still apply, as will procedures and regulations related to procurement and administrative services.

 

4.0          What Is Competitive Neutrality?[1]

 

Competitive neutrality means designing a set of policies and legal arrangements which ensures that all individuals and organizations - public, for-profit, and non-profit - are treated in an equal manner in the bidding process. To the extent possible, all protections and special privileges that public units usually enjoy over private firms simply by virtue of public-sector ownership should be removed, as should barriers that hamper the public-sector unit's ability to increase productivity and therefore compete effectively with the private sector.

 

To create a level playing field in a managed competition, the City must do many things that would not be necessary if the service was to be contracted out only to private entities, including: determine the Full Costs[2] of in-house service; build a conflict wall between the government as purchaser and the government as service provider; and make transparent any differences between the public and private sector bids.

 

Public entities often do a poor job of ensuring competitive neutrality. Anti-competitive practices include: failing to fully cost out in-house services; requiring excessive performance bonds from private firms; rejecting lower cost bids from private firms; and permitting In-House Teams to adjust their bids after seeing the private sector bids.  The processes adopted by the Project Team should ensure that they approach the selection of the service provider in an open, fair and transparent manner.

 

5.0          Process

 

In order to remain open, fair and transparent, the in-house bid will be treated in the same manner as external bids, unless the differences or exceptions are specifically identified in the Procurement Documents[3] that are made available to all bidders.   The evaluation and selection of the responses for the Request for Tender (RFT) will be evaluated in two phases, the technical evaluation and financial evaluation will be conducted consecutively, by the same evaluators, on the same basis of fairness, transparency, prudence and probity.  The first phase will involve the evaluation of the mandatory and related technical criteria.  Proponents who do not satisfy the mandatory requirements and achieve the mandatory thresholds on the rated criteria will not be evaluated further and their financial submission will be returned to them unopened.  For the remaining qualifying Proponents, the financial submissions will be evaluated solely based on lowest overall cost.

 

The In-House Team should understand these stages in detail before it begins to mobilize.   Competition does not require the elimination of any initial advantages held by the In-House Team, and clearly if one approach has superior characteristics, it is the approach that should be used.  However, the competitive process has been designed to ensure a fair evaluation of all the bids, determining which will truly result in the best value for the City.  The response must be based on:

 

·         a common Statement of Work that all bidders must respond to;

·         the provision of adequate information so that all bidders are knowledgeable enough to bid on an informed basis;

·         a fair evaluation of the cost to the City of both in-house and external bids; and

·         an objective evaluation of all bids by an independent evaluation team.

 

6.0          Roles and Responsibilities

 

For each situation where an In-House Team will assemble a bid, a special management structure will be put in place to ensure that a “conflict wall” feature exists between members that are part of the In-House Team and those that are involved in the development of the tender documents and the selection of the winning bid.  The conflict wall must be sufficiently well-defined, to ensure probity is maintained and to ensure probity is seen to be maintained.  It must ensure that the In-House Team does not have access to information during the procurement process that would provide them with an unfair advantage.  Furthermore, the Project Team must be sufficiently isolated that they can make a fair and unbiased evaluation of the submissions and approaches that are put forward by all participants.  “Fair play” begins with the management structure that has been adopted to oversee the process and tendering for service providers.  The structure, roles, and responsibilities are depicted below.

 

 


 

6.1          Executive Sponsor

 

The Executive Sponsor is ultimately accountable for ensuring the integrity of the contracting process.  In doing so, the Executive Sponsor would resolve specific policy issues that may arise, ensure that the “conflict wall” is maintained, and endorse the overall contracting plan.  The Executive Sponsor also has the authority to approve the recommended service provider or choose an appropriate course of action based on the recommendation made as a result of the bidding and evaluation processes.  They are responsible for addressing the Fairness Commissioner's concerns, should any arise during the procurement process.  The Executive Sponsor is generally removed from direct input into the selection process and the bid prepared by the In-House Team.  This step is designed to avoid the perception of conflict of interest and claims by bidders or third party advocates by removing Executive Sponsor from direct on-site decisions/actions that relate to the in-house bid.

 

The Executive Sponsor will also conduct an internal audit of the breakdown of the costs associated with the in-house bid in order to ensure that the financial submission includes the Full Costs.  The Executive Sponsor will draw upon the expertise of resources appointed by the City's internal audit team.  Once the contract is awarded, should the in-house bid be successful, the Executive Sponsor will be responsible for hiring and managing an external auditor who will undertake an annual audit of the costs incurred by the team compared to their submitted price in order to certify compliance. 

 

6.2          Fairness Commissioner

 

The Fairness Commissioner is an independent external resource who ensures that the process is managed fairly and that the in-house bid is evaluated according to the same criteria as the external bids.  During the evaluation process, the Fairness Commissioner will validate that the in-house bid has incorporated all Overhead Costs in their bid.  The Fairness Commissioner will:

 

·       Prepare a Code of Conduct for the In-House and  Project Teams;

·       Conduct an initial meeting to include both teams and to clarify roles and responsibilities;

·       Review procurement documents and provide any comments on process and evaluation criteria;

·       Ensure compliance with evaluation process and proper use of assessment tools in conjunction with Supply Management staff whose function will be to facilitate the evaluation and consensus building, where applicable;

·       Monitor communications with bidders to ensure consistency and transparency;

·       Ensure that there is adequate documentation of the process;

·       Certify that the evaluation process was fair, open and transparent; and

·       Oversee the negotiations in order to ensure the integrity of the process.

 

6.3          Project Team

 

The Project Team develops the Statement of Work and evaluation criteria.  They develop the Procurement Documents, oversee the process of inviting submissions, undertake the evaluation process and recommend selection of a preferred service provider.  

 

The Project Team will be chaired by the Manager, Transit Planning and Development, it will include:

 

a)                        Transit Service Planning and Development Representative(s)

b)                        Para Transport Representative(s)

c)                        Supply Management Representative(s)

d)                        Labour Relations Representative(s)

e)                        Fleet Services Representative(s)

f)                          Subject Matter Experts, as required.

 

The Project Team members may assume a number of different roles (e.g. evaluation, document development, etc.) and do not necessarily have to be participants of all of the different processes that are undertaken throughout the process.

The Project Lead[4] shall provide the Fairness Commissioner with a list of the Project Team members, who will be required to confirm that they have read, understood and will abide by the Code of Conduct.

6.4          In-House Team

 

The In-House Team assembles the appropriate resources, develops a response strategy and prepares a credible and competitive bid.  The In-House Team is responsible for developing and submitting the bid and for ensuring that all the terms and requirements of the Statement of Work included in the Procurement Documents are addressed. 

 

a)    In-House Bid Team

 

       The In-House Bid Team provides the authority, leadership and resources required to ensure an effective bid is developed.  Sponsorship may take the form of a visible endorsement to rally the team and staff of the entity and advice on proposed changes to structure and process.  The In-House Bid Team would be involved in developing overall strategy during the development of the bid.  They should ensure adequate financial and personnel resources are made available to support the preparation of bids.  The In-House Bid Team also reviews and provides final approval of the bid to ensure that it reflects Full Costs and complies with relevant rules, acts and regulations.

 

b)   Bid Support Resources

 

The In-House Team may be approached by private sector suppliers who wish to participate in the in-house bid development as "Bid Support Resources" - or the In-House Team may decide to strengthen its bid by seeking such a partner.  If the In-House Team and private sector supplier decide to pursue a collaborative arrangement, an agreement is typically signed to confirm the terms of the relationship.  In all cases, the In-House Team maintains the lead for submitting the in-house bid and must declare any such arrangement within its bid.

 

The In-House Team must not establish partnerships, sub-contract agreements or other forms of relationships with the Bid Support Resources in order to avoid usual municipal practices.  They can, however, enter into contractual relationships with the private sector to complement their approach in submitting their bid.  However, these contractual relationships with the private sector must include automatic termination in the event that the In House bid is not successful.

 

c)    Employees

 

If there are in-house employees currently performing the services, the In-House Team will need to maintain ongoing communications with the employees at each step of the process.  Employees may also be called upon to generate ideas on service improvement opportunities and to propose new and innovative methods of service delivery.

 

The In-House Team is not precluded from any involvement with the current service delivery personnel.  Valuable information can be obtained about the current delivery of the services and what will be necessary to move it to a higher performance delivery mode, including management expertise, current operating procedures, particulars of facilities that may constrain certain practices etc.  While the employees will not be involved in bid strategy, they will be a good source of information and support.  This will aid in the change management process that will take place if the In-House City Team is the successful proponent.

 

d)   Unions

 

The In-House Team should invite the early participation and support of the union(s).  Union representatives may be called upon to participate in the overall development of the In-House Team strategy, and to help the In-House Team generate the overall support and interest of employees in the bid preparation process.

 

The In-House Team or Project Manager[5] shall provide the Fairness Commissioner with a list of the In-House Team members, who will be required to sign a Code of Conduct and return it to the Fairness Commissioner.

6.5         Private Sector Bidders

 

All private sector bidders are responsible for responding to the terms and conditions stated in the Procurement Documents at the same time as the In-House Team (as applicable).

 

7.0          Rules of the Bidding Process

 

The following deals with issues that must be considered as part of the development of an in-house bid.

 

7.1         Inside Information

 

Staff, the current service provider, or any representative on the In-House Team, is likely to have inside information based upon history and long-term relationships.  It is to be noted that information about the current operation does not, in itself, constitute a conflict of interest.  It is only inside knowledge about the specific content of the Statement of Work, the Procurement Documents or the evaluation criteria or any influence on the content of these documents that could put an In-House Team member in a conflict of interest situation and disqualify the bid.  Measures must be put in place to ensure that this does not happen.

 

7.2         Communications and Conflict of Interest

 

Communications on bid related matters and other linkages between the Project Team members and the In-House Team members are severely restricted to preserve objectivity.  The In-House Team and the Project Team must not communicate on bid related matters at any time during the bidding phase except at bidder meetings or other forums established under the terms of the Procurement Documents.  The 'Conflict Wall' is not to be crossed during the bidding process. 

 

Members of the Project and In-House Teams will be required to confirm that they have read, understood and will abide by a Code of Conduct confirming that they will act diligently and fairly throughout the process.

 

Where a staff member’s objectivity may be in doubt, it is the Project Manager's responsibility “to ensure that if an individual has a conflict then it is declared and/or identified and appropriately managed and monitored.” Conflict of Interest will be reported to the Fairness Commissioner who will provide guidance on how to address the situation in a fair and equitable manner. 

 

Any or all employees of the City, including the In-House Team members, shall not issue any publicity or news releases pertaining to this procurement process or any agreement awarded under this process, without the prior written approval from the Executive Team.  Any media inquiries made to any team member must be forwarded to Executive Team members for response.  No team member will discuss any aspect of the bid or process, nor provide information to the news media.

 

7.3         Confidentiality

 

All material, data, information, or any item in any form supplied by the City or derived from any data (“Confidential Material”) which the In-House Team may have acquired in connection with this procurement and negotiation process or any portion of this process, both before and after the issuance of the Procurement Documents:

 

(a)       is the property of the City and must be treated as confidential;

(b)       is not to be used for any other purpose other than replying to this City and the fulfilment of any subsequent agreement; and

(c)       must not be disclosed without prior written authorization from the City.

 

Confidential information does not include information that:

(a)       is known to the public at the time such information was made available to any team members other than through a breach of an Agreement;

(b)       is known to the public after the time such information was made available to any team member other than through a breach of this Agreement; or

(c)      is required to be disclosed by applicable law, but prior to such disclosure, and to the extent feasible, the Executive Team shall be consulted as to the proposed form and nature of the disclosure.

 

7.4         Accountability

 

If the in-house bid is successful, a Statement of Work and/or Service Level Agreement — equivalent to a contract — will be signed between the Executive Team and the In-House Team as the basis of the accountability framework.  The Service Level Agreement will describe the responsibilities, terms, duration, conditions, performance or standard levels, resourcing, etc., to be met by both parties, as outlined in the SOW and proposed by the winning in-house bid.  The specifications and conditions that are spelled out in the Procurement Documents should deal with how performance will be monitored, what the outcomes will be in the event of “default” (failure to deliver certain products or to meet cost criteria), how disputes will be resolved (including, if applicable, escalation process), how changes to the requirements will be dealt with and the provisions for early termination.  It is understood that, should the in-house bid be successful, the City will undertake an annual external audit in order to obtain certification that the Full Costs incurred by the In-House Team are within the price that they submitted in their bid.

 

 

7.5         Submission Form and Format

 

           A)    Procurement Process

 

The procurement process established by the City must clearly lay out any exceptions that are granted to the In-House Team.  The In-House Team will be required to submit a bid in response to the RFT and comply with the bid requirements, with the exception of items that are specifically stated in the procurement documents.  For example, the requirements listed below would be addressed as follows:

 

1)             Corporate Resolution and Incorporation Document:  The In-House Team will be required               to provide some form of approval demonstrating that it has the authority to bid at the RFT    phase.

2)             Proponent's financial structure Audited (or certified by a Certified Accountant): not              required for the In-House Team bid.

3)             Certificates of Insurance:  not required for the In-House team bid.

4)             Evidence of financial stability:  not required for the In-House Team bid.

5)             Commitment for a Letter of Credit:  not required for the In-House Team bid.

6)             Workers' Safety and Insurance Board of Ontario Clearance Certificate:  not required for    the In-House Team bid.

 

            B)         Approvals to Submit a Bid and Submission

 

In a true competitive process the in-house bid is treated in the same manner as the external bids.  During the procurement process, the In-House Team will be required to demonstrate that they have been authorized to bid.  

 

All submissions will be delivered to the Project Team, in accordance with the specifications in the Procurement Documents and in advance of the stated deadline for receipt of bids, who will open and evaluate the bids using the same criteria for all bids.

 

7.6         Support and Financial Evaluation

 

A)              Full Cost

 

This is the area where the private sector bidders tend to focus their scrutiny of the in-house bid.  Bids should be compared on the total costs to the municipality, which would include monitoring costs (e.g. the cost of preparing the external audit or providing the internal audit opinion on the bid back-up documents).  The in-house bid should include all relevant costs for personnel, equipment, vehicles, vehicle maintenance, gas, utilities, rent, building maintenance, insurance, etc.  Any reasons for including or excluding any relevant cost information should be fully disclosed.  This process is undertaken in order to ensure that:

 

·                There is no cross subsidization 

·                Relevant Overhead Costs are included in the Full Cost

·                The cost of capital[6], capital requirements and replacement reserves[7] are included in the Full Cost

·                The cost related to outside expertise is included in the Full Cost.

 

B)             Support of in-house bids

 

The In-House Team must include in its bid cost all incremental direct costs to the Department of support received in preparing its bid, including the hiring of consulting firms for professional advice and support as well as administrative supplies and support.  Bid preparation can be a time consuming process and requires a considerable level of effort.  This effort must be highly focused over a short period of time.  The In-House Team may also require subject matter expertise to help support its analysis in the more technical areas of its bid and to help challenge assumptions.

 

C)             Financial evaluation of bids

 

Bids are to be evaluated based on "total costs", as stated in the Procurement Documents.

 

D)             Allocation of risk

 

The Full Cost will take into consideration risk factors, and their related cost, for the in-house bid and the private sector bids.

 

7.7         Bidding on External Contracts

 

Unless specifically authorized in the resolution issued by Council, the In-House Team will not bid on external contracts.

 

7.8         Bid Team Broad Guidelines

 

Appendix A includes some broad "dos and don'ts" for In-House Team members, the Project Team and City staff in order to maintain the probity of the process, and avoid any real or perceived conflict of interest. 

 


Appendix A

 

Dos & Don'ts for the In-house Team Members

Do

Don't

Continue to:

·         provide the services

·         act in the best interest of the City

·         apply diligence and professionalism throughout the process

Communicate or discuss information concerning an in-house bid with any other person who does not have a "need to know" (including suppliers)

Declare any conflicts of interest or perceived conflicts of interest

·         Accept or solicit gifts, favours, gratuities, free lunches, etc., from potential suppliers or contractors in the competitive bidding process

·         Grant special assistance or favours to former employees, who are working for suppliers or contractors for the activity

Take into consideration knowledge and known information about the services

Use privileged or confidential information that was not provided as part of the procurement process in submitting the bid

·                  Be specific and complete in responding to the Procurement Documents, the Project Team will not be allowed to use any information during the evaluation, other than the information directly included in the bid

·                  Comply with all Procurement Document requirements, where they are unclear formally ask a question

Reference information or documents that are in the City's possession

 

Accept development support (funding/assistance) from any agency, organization or individual unless you have officially established an agreement (which must be declared in the bid) and includes all funding support in your bid development costs

 

Dos & Don'ts for City employees (not on either Team) and Project Team

Do

Don't

Continue to

·                     act fairly

·                     observe high standards of conduct so that the integrity and impartiality of the procurement process is preserved

·                     be independent and impartial

·                     not be influenced by self-interest, outside pressure, political considerations or fear of criticism

·                     treat all interested parties with respect

·                     act with honesty and integrity

Allow past or existing financial, business, professional, family or social relationships or responsibilities to influence conduct or judgment

Contact the Executive Team if you have any inquiries about the competitive process

Answer any question from a supplier for the delivery of services.  The inquirer is to be referred to the Project Team, in accordance with the process set-up in the Procurement Documents.

Notify your Executive Team if you are approached by a supplier,

Divulge commercially sensitive information

Advise the Executive Team if you are aware that you are involved in a situation of conflict of interest or perceived conflict of interest

 

Consider only information contained with the bid submissions when evaluating both the in-house and other bids

 

 



[1] http://www.privatization.org/database/practicesandstrategies/managed_competition_quick_guide.htm - Condensed from:   Eggers, William D. Competitive Neutrality: Ensuring a level playing field in managed competitions. Reason Public Policy Institute. March 1998.

[2] Full Costs mean all relevant incremental direct operating costs of providing the service, includes: labour costs, vehicle costs, material and supply costs, fleet garage and maintenance costs, insurances, other indemnification tools and any other relevant costs required to provide the service.   It also includes any incremental direct or indirect overhead costs of providing the service.  For greater certainty, incremental costs are costs that would otherwise not exist if the City was not successful in winning the bid

[3] Procurement Documents mean the technical, contractual and financial section of the RFT, including any addendum

[4] Project Lead means the member of the Project Team who is responsible for managing the process from beginning to end.  They also participate in the evaluation process.

[5] Project Manager:  the member of the In-House Team who is responsible for leading the bid development from beginning to end.

[6] Interest expense on borrowed funds and debt should also be included in total costs.

[7] Assets such as buildings, computers and heavy equipment lose their value over time and are either dumped, sold, overhauled, or replaced.  The cost of this loss in value is the asset’s depreciation cost.  Therefore, depreciation costs, or replacement reserves must be figured into the total cost of a particular activity.