fob complaints

Upload: david-lombardo

Post on 03-Apr-2018

213 views

Category:

Documents


0 download

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.

    .