ABC Department of Semiotics -SAMPLEProfessional Services for Semiotic Monitoring RFP FAIRNESS MONITOR’S REPORT OF BID EVALUATION OUTCOMES Mmmm dd, yyyy Prepared by: RFP SOLUTIONS - Procurement Strategies for Government Ottawa, Canada Telephone: (613) 728-1335 -SAMPLEAttestation of Fairness Monitor I, Paul Probity, having served as the Fairness Monitor during the evaluation of ABC’s Professional Services RFP, and having participated in the proposal evaluation process associated with this RFP, do hereby attest that: 1. The evaluation of the proposals presented to the Evaluation Committee was undertaken in accordance with the pre-established evaluation criteria described in the RFP, and that the pre-established evaluation criteria were developed in advance of the RFP being placed on GETS; 2. Any and all proposals considered by the Evaluation Committee which were deemed to be non-compliant for failing to meet any one of the established mandatory requirements as set out in the RFP, were duly analyzed, documented and verified prior to rendering this decision; 3. Where clarifications/questions were submitted to bidders by ABC during the evaluation process, that these requests for clarification/questions were submitted by ABC in writing for dissemination to the appropriate bidders; 4. The proposal evaluation methodology used by the Evaluation Committee was based on the “rules of evidence approach”, with determinations being made on the basis of whether or not evidence was supplied by bidders in their proposals against each of the previously established proposal evaluation criteria described in the RFP; and 5. The proposal evaluation process was conducted in a consistent, fair, evenhanded, objective and transparent manner, in accordance with the criteria set out in the RFP, and that the specific criteria and tests of evidence were Page 1 consistently and fairly applied to all proposals considered by the Evaluation Committee. Page 2 -SAMPLEIn consideration of the above, and in consideration of my efforts as Fairness Monitor to verify the process followed in evaluating responses to this RFP and to seek clarification, as required, for the rationale behind any Evaluation Committee decision, I am satisfied that the evaluation process associated with this RFP was conducted in a fair, open, consistent and transparent manner. Signed at LOCATION, this 25th day of June, 2003: Paul Probity, M.B.A., Assistant Director Fairness Ltd. Tel: Page 3 -SAMPLE- FAIRNESS MONITOR REPORT PART A: OVERVIEW Purpose The purpose of this document is to describe the process and outcomes associated with the solicitation and evaluation of proposals in relation to ABC’s RFP # 1234-5678, as well as the work undertaken by the Fairness Monitor to verify the fairness and probity of the process and outcomes. Mandate of the Fairness Monitor The services of a Fairness Monitor (Fairness Ltd.) were retained by ABC to act as an independent and impartial third-party observer of the procurement process associated with this RFP. The Fairness Monitor (Paul Probity, M.B.A.) was mandated to oversee and observe the proposal evaluation process and to provide the Department with a report outlining his impartial observations and findings with respect to the compliance of the process with both the principles and practices of fairness. In all respects, the Fairness Monitor served as a neutral and objective third-party during the process, with no interest (financial or otherwise) in the outcome of the proposal evaluation exercise other than ensuring that an open, fair and transparent process was followed. The Fairness Monitor attended and participated in all of the deliberations and Page 4 -SAMPLEdiscussions held by the Evaluation Committee to determine the compliance of bidders, and participated in discussions to obtain clarification on any outstanding points or issues. All of the documentation submitted by the bidders was made available to the Fairness Monitor. The Fairness Monitor is the Assistant Director with Fairness Ltd., an Ottawabased firm specializing in RFP development and proposal evaluation services. Paul Probity is the former Head of Inquiry at Examination Inc. Mr. Probity holds a valid Secret-level government security clearance. Fairness Ltd. also maintains a strict corporate ethics policy which, among other things, requires that Mr. Probity divulge nothing regarding the RFP process to outside parties, before, during or after the RFP process, without the explicit written authorization of ABC. Profile of RFP Issued by ABC The RFP’s (see below) were posted on the Government Electronic Tendering System on mmmm dd/yy, with a closing date/time of mmmm dd/yy, 00:00 hrs., EST (including extensions). RFP Number 12-34-5678 RFP Name Professional Services for Semiotic Monitoring Page 5 -SAMPLEMembers of the Evaluation Committee The members of the ABC Evaluation Committee evaluating proposals received in response to the RFP were: 1. 2. 3. 4. Adam Administration, ABC Patricia Proposal, ABC Paul Probity, Fairness Ltd. (Fairness Monitor) Carla Contract, ABC (Recording Secretary - Non-voting) Summary Outcomes of the Bid Evaluation Process For all bids deemed to be in compliance with the mandatory requirements, the Bid Evaluation Committee completed a detailed evaluation in order to assess the evidence presented in their proposals against the rated criteria stipulated within the RFP. The summary-level results of this analysis are presented in the tables below: 1a. Professional Services: Bidder Mandatory Criteria Met (Y/N) Total PointRated Score Ranking # of Qualified Resources Connie Contractor Yes 85/100 1 1 Peter Procurement Yes 70/100 2 1 Adele Acquisition No n/a n/a n/a Page 6 -SAMPLEMandatory Criteria Within the RFP Bidders’ proposals needed to meet ALL of the following mandatory criteria for their submissions to be considered for further evaluation. Failure on the part of bidders to meet these requirements resulted in their proposals being deemed noncompliant, with the proposal being given no further consideration. MANDATORY CRITERIA 1. Bidders must include within their bid a detailed curriculum vitae (c.v.) for each proposed Professional Services resource named in their bid; c.v.’s must include chronological work experience (indicated in years/months) as well as a detailed listing of the educational and professional designation attainments, as well as all other academic credentials for each proposed Professional Services resource. 2. It is mandatory that all proposed Professional Services resources must be able to demonstrate within their c.v.’s, a minimum of twelve (12) months previous work experience during the past ten (10) years (on a cumulative basis) in the provision of Professional Services in the specific subject area of Semiotic Monitoring. Proposed Professional Services resources lacking these respective experience requirements will not be considered by the Department. 3. Bidders must include within their bid the names of at least three (3) impartial references who have knowledge of the bidder’s experience in the provision of professional services in the specific subject area of Semiotic Monitoring. At a minimum, the name, address, and telephone number for each named reference must be included. Note: It is not necessary to provide references for each proposed resource. Page 7 -SAMPLEPoint-Rated Evaluation Methodology Bidders’ proposals were evaluated and point-rated against the following criteria, using the evaluation factors and weighting indicators specified for each criteria. Only those bidders whose aggregate point-rating score on the whole exceeded the passmark threshold (65/100) were considered as responsive. Certain of the following point-rated criteria apply to information submitted by bidders at the firm/bidder level (#’s 3, 4, 5 & 6), while other criteria relate specifically to information provided by bidders concerning each of their proposed resources (#’s 1 & 2). Each proposed Professional Services resource submitted by the bidder will be evaluated on a category-by-category basis against criteria # 1 & 2, and an average point-rating score derived for each category. The average pointrating score for criteria # 1 & 2 (by category) will be added to the bidder’s score on criteria # 3, 4, 5 & 6 and totalled, leading to an aggregate point-rating score for the proposal on the whole. Page 8 -SAMPLEPOINT-RATED CRITERIA POINT-RATED CRITERIA 1. For each proposed Professional Services resource, bidders should indicate their knowledge of the historical, legal, political and cross-cultural elements affecting Semiotic Monitoring in Canada, as well as their knowledge of the documentary and evidentiary requirements of the Semiotic Monitoring process, as evidenced through previous work experience and/or formal education in this general subject area. WEIGHT /20 EVALUATION FACTORS/METHODOLOGY 2 points (or part thereof) for each year of previous work experience and/or formal education in this general subject area, as listed in the c.v. of each proposed Professional Services resource, to a maximum of 20 points (calculated as an average per category, based on the rating score of all proposed resources by category). Evaluations will be undertaken for each proposed Professional Services Resource on a category-by-category basis. Based on evidence contained within proposals, the Evaluation Com m ittee determ ined the total relevant experience and education. Bachelor degree (any field) - 3 years; Bachelor degree with Honours (any field) - 4 years; Relevant Masters degree - 2 years; Relevant PhD degree - 1-3 years (based on evidence supplied; Experience as per evidence supplied of relevant experience. (X months education and experience/12), m ultiplied by 2 = points awarded up to a m axim um of 20. Page 9 2. For each proposed Professional Services resource, bidders should describe the proposed resource’s experience in the general area of Professional Services as evidenced through previous work experience in this general area. -SAMPLE- a) Professional Services: responsible for the planning, managing and direction of research projects and teams working to develop complete and factual briefs for semiotic codification (e.g. Research Plans, Research Reports, Statements of Claim/Reference Analysis, Background Documents, Briefing Materials); b) responsible for identifying primary documents and other materials of relevance to Semiotic Monitoring; extracting relevant data from primary documents, transcripts and secondary sources; identifying distinct issues of relevance to monitoring in such sources; compiling annotated bibliographies; writing document summaries and file summaries; producing annotated document indices; reading and transcribing hand-written documents; working with computerized database information systems used for monitoring; and entering data derived from research into such /20 2 points (or part thereof) for each year of previous work experience in this area, as listed in the c.v. of each proposed resource, to a maximum of 20 points (calculated as an average per category, based on the rating score of all proposed resources by category). Evaluations will be undertaken for each proposed Professional Services resource, on a category-by-category basis. Based on evidence contained within proposals, the Evaluation Com m ittee determ ined the total relevant experience per resource, per category. Relevant Professional Services experience (a) was considered to include only that which was directly related to work experience Professional Services activities (i.e. planning, directing, managing) in the specific area of Semiotic Monitoring (defined to also include Semiotic M onitoring equivalents such as codification, transm ission and education). Relevant Professional Services experience (b) was considered to include only that which was directly related to work experience Professional Services activities (i.e. identifying prim ary docum ents, compiling annotated bibliographies, etc.) in the specific area of Sem iotic M onitoring (defined to also include Sem iotic Monitoring equivalents such as codification, transm ission and education). (X months experience/12) m ultiplied by 2 = points awarded up to a maxim um of 20. Page 10 3. Bidders should indicate, through a written description of no more than 1,000 words, their understanding of ABC’s requirement as stated in this RFP, together with their proposed approach and methodology which would be used to manage any tasking/call-up assignments awarded to them. -SAMPLE- Up to 2 points for demonstrating evidence of having understood ABC’s requirement /10 Up to 4 points for describing an approach and methodology that is consistent with the principles and practices of sound Semiotic Monitoring Professional Services, including investigation and analysis techniques, research planning, the preparation of clear, concise and objective historical reports, document/file summaries, report forms, annotations and database entries; accurate source attribution; effective document management; and sound resource budgeting/scheduling Up to 4 points for describing an approach and methodology that is consistent with sound project management, quality control and reporting practices 4. Assessments from named references. /5 1/3 point per affirmative response, to a maximum of five (5), based on five (5) standardized questions asked to each of the three (3) supplied references. 5. Proposal Quality /5 5 points for presenting proposals in a clear and logical fashion, and in a manner which facilitates a clear and straightforward evaluation, based on the information requested in the RFP, as evidenced by the following: 2 points for ordering/structuring the proposal to match the order and sequence of the mandatory and point-rated factors in the RFP; 1 point for including tabs/separations between sections of the proposal; 2 points for the overall clarity and ease-of-use as it relates to the structure, presentation, layout and design of the proposal. Page 11 6. -SAMPLE- Bidders should indicate the applicable allinclusive per diem rate ($CAN) for an 8.0 hour day, for each proposed resource during the term of the Standing Offer. Quoted per diem rates which vary over the period of the SOA must be specified and will be evaluated on a weighted average basis. /40 The average of the Professional Services per diem rates quoted will be used for evaluation purposes on a category-by-category basis, with full points going to the bidder with the lowest weighted average rate per category, and lesser points being awarded to all other bidders on a pro rated basis based on the percentage differential of their weighted average rate per category from that of the bidder with the lowest weighted average rate per category. Per diem rate evaluations will not be undertaken for the Document Management category. Average per diem rates per category were calculated by the Evaluation Com m ittee on a category-by-category basis, using the quoted average per diem rates for only those proposed resources who were deemed to have m et Mandatory Requirem ent #2 for their category. Only the average rates of these qualified resources were used to establish the weighted average per diem rate per bidder. TOTAL: /100 Page 12 -SAMPLEPART B: Profile of Proposals Received The table below provides a listing of the proposals received by ABC in response to the RFP: Name of Bidder Mandatories Met? Professional Services Document Support Connie Contractor Yes T T Peter Procurement Yes T T Adele Acquisition No T Non-Compliant Bids The bid received from Adele Acquisition was deemed as non-compliant for failing to meet the requirements of Mandatory Criteria #3. The Adele Acquisition bid did not contain any references. Page 13 -SAMPLEOutcomes of Evaluation Process The Evaluation Committee completed a detailed evaluation of each proposal in order to assess the evidence presented within the proposals against the mandatory and point-rated criteria stipulated in the RFP. All proposals which failed to meet one or more of the stated mandatory requirements were set aside by the Evaluation Committee and given no further consideration (see above). Page 14 -SAMPLESummary of Point Rated Evaluation Bidder: Connie Contractor Point-Rated Criteria Professional Services Rationale #1 Knowledge (Education & Experience) 20/20 40 months relevant experience and 80 months relevant education #2 Specific W ork Experience 8.5/20 40 months relevant experience applicable to both categories #3 Understanding of Requirement 9/10 Understanding too narrowly defined to one specific type of monitoring activity #4 References 5/5 n/a #5 Proposal Quality 2.5/5 Tabs missing; ease-of-use and layout was lacking #6 Cost 40/40 Professional Services: $400.00 TOTAL: 85/100 Bidder: Peter Procurement Point-Rated Criteria Professional Services Rationale #1 Knowledge (Education & Experience) 20/20 60 months relevant experience and 65 months relevant education #2 Specific W ork Experience 8/20 50 months relevant experience #3 Understanding of Requirement 8/10 Transmission activities understanding not fully documented #4 References 5/5 n/a #5 Proposal Quality 4/5 Tabs missing #6 Cost 25/40 TOTAL: 70/100 Professional Services: $800 Page 15 -SAMPLE- Appendix 1 Requests for Clarification During the evaluation process, the Evaluation Committee sought clarification from each of the following bidders with respect to information which could not be located within the bidders’ proposals. Questions were presented in writing to bidders by ABC, with bidders being given two (2) working days to respond in writing. 1. Peter Procurement. Mandatory Criteria #3 within the RFP required bidders to include within their bid the names of at least three (3) impartial references who have knowledge of the bidder’s experience in the provision of professional services in the specific subject area of Semiotic Monitoring. At a minimum, the name, address, and telephone number for each named reference must have been included. The RFP also noted that it was not necessary to provide references for each proposed resource. Among the references provided by the bidder with respect to their proposed resources, the Evaluation Committee is unable to identify which of these references are in compliance with the requirements of Mandatory Criteria #3, and therefore which of these references should be contacted by the ABC Evaluation Committee to obtain an assessment of the bidder organization’s experience and capabilities. From the references provided by the bidder with respect to their proposed resources, can the bidder specifically identify the three (3) references to be contacted by the ABC Evaluation Committee? Page 16
© Copyright 2026 Paperzz