fob complaints
TRANSCRIPT
-
7/28/2019 FOB Complaints
1/9
1
State of New York
Franchise Oversight Board
State Capitol
Albany, New York 12224
MEMORANDUM
TO: David Skorton/Robert Megna
FROM: Robert Williams
DATE: 7 June 2013
SUBJECT: NYRA/GBE Concerns
Summary. Review of the documents and materials provided by The New York
Racing Association, Inc. (NYRA), in support of the single source award to GlobalBetting Exchange (GBE) to develop an Advanced Wagering Services and Technology
Platform (Platform), finds that the award to GBE was unjustified.
In making a determination for this award, NYRA failed to follow its Purchasing
Policy and Procedures Manual (Purchasing Policy), which was approved by the
Franchise Oversight Board in 2009. Purchasing Policy Section III.F outlines the
process for conducting a competitive procurement using a Request for Quotations
(RFQ), which includes development of specifications; preparation of the solicitation
document; review of the bids for responsiveness; evaluation of bid responses; as well
as other factors.
It is clear that in developing the RFQ and the Evaluation Instrument, NYRA failed
to adhere to its own processes:
-
7/28/2019 FOB Complaints
2/9
2
a. The RFQ failed to set forth the minimum qualifications relative to the
company or staffing; however, the Evaluation Instrument addressed such
factors.
b. The RFQ indicated that any final agreement resulting from the award may
contain terms and conditions other than those defined in the RFQ.
c. The RFQ failed to define the method of the award, such as the criteria to be
considered, the weights to be applied to the technical criteria, or the relative
weight of technical to cost. The method of scoring, however, as defined in the
Evaluation Instrument and accompanying scoring chart, applied three factors
against the criteria.
d. The Award Summary provided by NYRA (New Technology Overview, dated
April 2013) provided a summary of the review of each bidders proposal and
the reasons why they were disqualified from consideration after evaluation.
Since there were no minimum qualifying thresholds set forth in the RFQ, no
bidder should have been disqualified. Had NYRA followed its Purchasing
Policy in developing an RFQ document and making an award, bidders would
have been ranked, based on their final scores, and NYRA, in accordance with
its Purchasing Policy, could have decided not to make an award if it was not
in its best interest to do so.
e. NYRA did not sufficiently define the method for bidders to quote a cost for
the service. The RFQ provided three options for bidding cost, one of which
was an open ended option, which if chosen by any of the bidders, would likely
not have been subject to comparison to other cost proposals, thereby making
it impossible to score this factor.
f. In relation to GBEs cost, NYRA stated in its Award Summary that, based on
its Purchasing Policy, it had limited flexibility to negotiate pricing with a
bidder. There does not appear to be such a limiting provision in the
Purchasing Policy.
g. Once NYRA began looking at other strategies for an advanced technology
platform, which included conversations with other track operators about the
possibility of forming an industry cooperative approach, it had an obligation
to undertake another competitive bidding process and to set out new
requirements in a newly developed RFQ.
-
7/28/2019 FOB Complaints
3/9
3
In conclusion, since the bidder pool may now have changed completely due to the
new approach, it is not feasible to rationally state that GBE is the best (single
source) company for this platform development. Therefore, NYRA has not
sufficiently demonstrated that no other company in the industry is capable of
providing this service.
Review of NYRA Award to Global Betting Exchange of
Advanced Wagering Services and Technology Platform
I. RFQ Process. The NYRA Purchasing Policy and Procedures Manual (the
Purchasing Policy) outlines the process for conducting a competitive
procurement (RFQ) (Section III-F). The process includes, but is not limited
to: Development of specifications for services needed; Preparation of the
solicitation document; Advertisement of the procurement opportunity;
Distribution of the RFQ to potential bidders; Review of bids for
responsiveness; Evaluation of bid responses; and Responsibility/integrity
review of apparent winning bidder.
II. Development of specifications and preparation of solicitation
document. According to the Purchasing Policy (Section III.F.a),
specifications must ensure that bidders know exactly what is required. The
specifications should be as clear, inclusive and informative as possible and
establish the minimum level of acceptable requirements. The level of detail
required in the specifications depends on the complexity of the service
required. The solicitation should not be written so specifically as to target a
particular bidder, but may contain information obtained from an Request for
Information (RFI) or other means of gathering information prior to a bid
solicitation (i.e. Request for Comment, release of a draft RFQ). The
specifications must define the Scope of Service and the minimum
qualifications of the bidder, including years of experience and experience
performing similar services; required license or certifications; and financialviability.
According to the Purchasing Policy (Section III.F.b), the document should
inform the potential bidders of the nature of the procurement, any statutory
requirements, deadline for submission of bids, basis for award and method of
award, among other factors.
-
7/28/2019 FOB Complaints
4/9
4
III. NYRA did not follow its Purchasing Policy in developing
specifications. Review of the RFQ finds numerous concerns.
A. RFQ General Terms and Conditions.
Provision. Proposers should be engaged in the business of providing
the services contemplated herein (Section V.1).
Concern. The RFQ should have set forth minimum qualifications,
required years of experience, etc. based on the nature of this service. It
did not.
Provision. The final agreement, if any, awarded hereunder will
contain the terms, covenants and conditions to be negotiated by the
parties which may contain terms that differ from those in the RFQ
(Section V.4).
Concern. Any agreement resulting from the award of a formal
solicitation should reflect the terms set forth in that solicitation. If
vendors are not aware of the terms of the resulting agreement, they
cannot adequately provide a responsive proposal or financial quote.
Allowing for negotiation of terms subsequent to the award does not
meet the requirement of a Best Value award. A vendor cannot be
deemed responsive or non-responsive if terms are not defined.
Provision. Most Favored In the event that any other vendor
develops, acquires, or has the ability to acquire relevant technology or
services more favorable than those provided to NYRA under any
contract that may arise hereunder, Contractor or NYRA (as applicable)
shall promptly advise the other party hereto of such development, and
NYRA shall, at its option, have the right to terminate this Agreement
upon 30 days written notice or promptly receive from Contractor suchimproved technology or services upon terms and conditions comparable
to those set forth in any contract that may arise hereunder.
Concern. It is impossible for a vendor to price its Proposal and be held
to this standard.
-
7/28/2019 FOB Complaints
5/9
5
B. RFQ Scope of Service.
Provision. A formal Service Level Agreement will be drafted as part
of the contractual process with the winning bidder.
Concern. As noted above, to receive a responsive proposal and to make
an award that is the Best Value, the bidder must be aware of all terms
and conditions that they will be bound to upon award.
C. Miscellaneous. Relative to preparation of the solicitation document,
NYRA did not inform the vendors of the basis for the award. Since the
RFQ outlined requirements for a technical Proposal and Cost Proposal
and Evaluation criteria was developed and applied, the RFQ should
have clearly noted that the award would be based on Best Value, and
in addition, should have addressed that criteria would be defined and
applied by a team of evaluators.
IV. Evaluation of Bid Responses (Development & Application of the
Evaluation Instrument). According to the Purchasing Policy, Evaluation
of Bid Responses (Section III.F.i), where price will not be the determining
factor a combination of technical criteria may be made by using an evaluation
instrument. The evaluation instrument will be the tool used by evaluators to
apply scoring criteria as defined and agreed to by the evaluation team and
include the breakdown of relative weights into detailed categories (i.e.
experience 20%, staffing 15%, etc.). This tool would consist of a series of
documents used in the evaluation process and include: instruction to
evaluators; pre-defined rating sheet defining the allocation of points
consistent with the RFQ; Evaluator worksheets and summary forms; and
scripted interview questions.
The NYRA New Technology Overview, dated April 2013 (the Award
Summary) Comparative Summaries of RFQ Respondents includes threetables: Table 1 - Net pricing of Respondents; Table II Evaluation Criteria
and Definition; Table III Key Vendor Strengths and Weaknesses.
There are numerous issues:
-
7/28/2019 FOB Complaints
6/9
6
A. Technical Criteria. NYRA did not follow its Purchasing Policy in
determining relative weights for the technical evaluation criteria.
Table III Key Vendor Strengths and Weaknesses merely assigns a
symbol (strength, weakness, or neutral assessment) for each vendor in
relation to each of the criteria defined in Table II. Using this means of
scoring does not adequately score evaluation criteria and cannot result
in a Best Value award in which the award optimizes quality, cost, and
efficiency (Purchasing Policy Section II).
Further, the criteria defined in Table II for evaluation purposes
includes definitions such as whether a bidders organization is
sufficiently staffed to support the program; whether the vendor has
extensive history interacting with various regulatory agencies, etc.;
however, the RFQ does not set forth any specific requirements of
company size, staffing requirements, or years or type of experience.
B. Evaluation of Proposals. Following the evaluation of Proposals,
NYRA disqualified all seven bids for reasons that are not clearly
defended based on vague or non-existent specifications.
Disqualifications should only apply when a minimum standard, as set
forth in the RFQ, is not met (i.e. minimum score to shortlist) and does
not apply in a situation where technical (scored criteria) and cost are
being considered.
1. RFQ requirements. The RFQ states, Vendor will be expected to
provide an integrated CRM/ADW Platform Database with the
capability of customizing the user experience based on pre-
defined criteria (segmentation). Ultimately it is NYRAs
objective to collect and analyze the largest possible scope of
customer data. This would include standard ADW metrics
(majority of which are current totalizer based) such as wagering
and funding activity; integration throughout on-track POS
systems; and a full understanding of how the customers areinteracting with both websites and mobile applications. It is
understood that each vendor may have a different approach to
the collection of data, CRM capabilities (in-house or third party
arrangement) and ability to customize the user experience. The
section below is meant to provide guidelines for the bidders to
list and define their capabilities in these areas. Any additional
-
7/28/2019 FOB Complaints
7/9
7
information and in-depth explanation of potential capacities is
encouraged as it is NYRAs view that the aforementioned
integration is an evolving process.
The RFQ specifications were vague and fairly permissive in
submissions; therefore, calling into question any
disqualifications following evaluation.
a. Totalizator reliance. AmTote and Sportech were
disqualified mainly due to their reliance on the core
totalizator platform to support their CRM Systems and
due to one companys platform still being in initial stages
of development.
The RFQ did not set forth restrictions on such an
approach.
b. Lack of customization. TVG, TwinSpires, and eBet were
disqualified because they offered to white-label their
current generation platforms with the NYRA brand and
any level of customization offered was cosmetic rather
than functional.
The RFQ did not set forth restrictions on such an
approach.
c. Competition. NYRA also noted that three bidders were
direct competitors to the NYRA Rewards Program making
it undesirable to award the contract to these bidders.
The RFQ did not set forth restrictions on such an
approach. Additionally, if this concern was of paramount
importance, why were the companies specifically includedas part of the solicitation list and/or why didnt the RFQ
detail not being a competitor as a condition of submitting
a Proposal?
d. Size. One bidder, BAM Software, was disqualified due to
the small size of the company.
-
7/28/2019 FOB Complaints
8/9
8
The RFQ did not set forth restrictions on such a condition.
e. Cost. GBE was disqualified due to its high price.
The RFQ did not set forth specific criteria on acceptable
pricing; nor did the Evaluation Criteria define such. In
addition, in a Best Value (technical and cost evaluation)
the vendors cost is not a deciding factor.
2. Inability to negotiate. NYRA indicates in its Evaluation
Summary that it could not accept GBEs Proposal due to the
high quote because NYRAs Purchasing Policy affords limited
price negotiation flexibility.
The Purchasing Policy does not specify any threshold for
negotiation or inability to negotiate. Further, as noted above,
disqualification is not appropriate under the method of award of
evaluating technical and cost.
C. Cost Evaluation. The RFQ (Section IV Pricing) provides for three
pricing options as follows:
Option one implementation fee and % of handle based on various
tiers;
Option two - % of handle based on various tiers; [and]
Option three open pricing scenario Bidders are encouraged to
think outside of the box to develop a pricing/business scenario that
provides a win/win for both bidder and NYRA.
It is unclear how NYRA determined a final cost for each bidder basedon this cost quote structure. In order to determine a total cost for each
bidder, the RFQ must define how cost is to be provided by each bidder.
Option three does not meet this requirement.
-
7/28/2019 FOB Complaints
9/9
9
V. Abandonment of the RFQ process and award GBE. According to
NYRAs Award Summary, since all respondents to the RFQ were seemingly
disqualified it abandoned the award process and began looking at other
strategies for a Platform, which included conversations with other track
operators about the possibility of forming an industry cooperative approach to
an Platform. Since NYRA believed that GBE had the capacity to meet this
approach, the GBE platform was chosen.
Since the cooperative approach was a new concept, NYRA had an obligation to
undertake another competitive bidding process and to set out the new requirements
in a freshly developed RFQ. Since the bidder pool may now have changed
completely due to the new approach, it is not feasible to award the contract to GBE.
NYRA has failed to demonstrate that no other company in the industry is capable of
providing this service.
.