Professional Documents
Culture Documents
1. Purpose
1.1 This document details the plan for procuring [Description of the Contract Works] (the
Contract Works) for [the Board of Trustees (BoT)][OR][the Ministry of Education] (The
Principal) at [Name of school] (the School).
1.2 This procurement will be conducted in accordance with the school property procurement
framework (www.education.govt.nz: search “Procurement for school property projects”).
2. Background
1.3 [Describe the project (of which this procurement is a part) in sufficient detail to provide a
context for understanding the overall Scope of Works. This may include:
Outcome sought
History
Overview of the programme of which this project is a part
requirements for phasing and/or staged handover of the project
Project consultants are:
o [e.g. Project Manager]: [name]
o [e.g. Quantity Surveyor]: [name]
o [e.g. Lead Designer]: [name]
o [Other (specify)]: [name].]
3. The requirement
Required solution (method and approach)
1.4 The Contract Works required are: [Describe the Contract Works in sufficient detail to provide
the Procurement Sponsor with a clear understanding of the scope of works]
[Nature of the Works (e.g. demolition, new build, redevelopment, roofing replacement]
[Size/scale]
[requirements for phasing and/or staged handover of the project]
[description of the site including conditions, known constraints]
1.21 [Explanation for make-up of procurement value and how it was estimated e.g. benchmarked
from previous projects, Quantity Surveyor used.]
1.22 The budget for this procurement is $[amount]. The budget has been approved in writing by
the person with appropriate Delegated Financial Authority (DFA). Prior written approval of the
DFA will be obtained should for any additional budget be required.
1.23 Funding will be allocated from [detail source(s) of funding including cost centre codes where
appropriate].
6. Procurement strategy
1.27 The procurement will be conducted through a [single stage [open/closed] Request for Tender
(RFT)][OR][a two stage open Registration of Interest (ROI)/closed Request for Tender
(RFT)].
1.28 [The RFT will be openly advertised on GETS for 18 full business days][OR][The ROI will be
openly advertised on GETS for 13 full business days and shortlisted Tenderers will be given
15 full business days to respond to the subsequent closed RFT][OR][The following
Contractors will be given 15 full business days to respond to a closed RFT:
Procurement oversight/review:
[BoT procurement: Property Adviser][OR]
Procurement Leader [name]
[Ministry procurement : EIS Procurement
Team member]
DFA (if not Sponsor) [name] Budget Approver and contract signatory
Note: Evaluation Team is detailed in the Evaluation Plan (Appendix 2).
1.32 Control points for this procurement are:
Procurement
Leader
Procurement Procurement Procurement
Document Officer Owner Ministry BoT Sponsor
Conflict of Interest
Draft Endorse Endorse Approve
Management Plan
[Delete row if single stage RFT] ROI approved by Procurement Owner [Date]
9. Evaluation plan
1.34 The Evaluation Plan is at Appendix 2. [This Evaluation Plan (along with the Evaluators’
Guide) is to be issued to Evaluators at the Evaluation Team briefing]
THREAT
RISK RATING
TOOL
Minor Medium Major Substantial
Almost
Moderate High Extreme Extreme
certain
LIKELIHOOD
Role Signature
Evaluation Team
3. The Evaluation Team (ET) for this procurement is [amend to suit]:
Evaluation method
4. Tenders will be evaluated using a weighted attribute evaluation method with the following
criteria and weightings:
[65%]
ROI [Delete row if single stage RFT]Capability (skills and expertise) [default or:]
[x%]
MINOR
Does not meet the criterion due to minor deficiency or risk 3-4
DEFICIENCY
MAJOR
Does not meet the criterion due to major deficiency or risk 1-2
DEFICIENCY
8. The ET may exclude a Tender from further evaluation and/or selection if it receives an ET
score of four or less (a rating of less than acceptable as described above) for any one or
more of the evaluation criteria.
9. A Tender evaluated as being unacceptable for health and safety is to be scored four or less
(deficient or unacceptable) for Required Solution and/or Capability and may be excluded
from further evaluation/selection.
Evaluation process
10. The process for evaluating this procurement is:
Indicative
Step Activity Responsible/Comment
Timeline
Price evaluation
11. Price analysis will be conducted separately from non-price evaluation and will be presented
to the ET after ET non-price scores have been confirmed. Price analysis will involve the
calculation of a single comparable adjusted price for each Tender that takes into account:
Preliminary and general
Master trades
% on-site and off-site overheads for variations
Contractor’s margin
Provisional sums
Tag premiums
Note: Refer to Works Price Evaluation Guide at www.education.govt.nz/Procurement for
school property projects for further details.
12. Tenderers will be required to price tenders on the basis of the following Provisional Sums:
a. [Describe aspect of Contract Works covered]: $[Provisional Sum amount]
b. [Describe aspect of Contract Works covered]: $[Provisional Sum amount]
13. Price analysis will be conducted on the basis of a [X%][normally between 0-10%] Increase
variation %.
14. The following price scoring formula will be applied to adjusted prices of those tenders
determined by the ET to be acceptable for non-price criteria:
Tender A weighted score =
(lowest acceptable Tender’s price / Tender A price) x price weighting % x 100
Conflict of Interest management
15. All ET members must submit a completed Conflict of Interest and Confidentiality Agreement
to the Procurement Officer upon commencement of their involvement in the procurement
and thereafter, must immediately report any Conflict of Interest that arises at any time
during the procurement process.
Due diligence
16. As part of the evaluation, the ET will determine what due diligence is required to determine
that entering into a Contract with a Tenderer will not expose the Principal to undue risk
including those related to:
validity of the Tender
Tenderers’ financial viability
Tenderers’ ownership/structure
Tenderers’ business practices
Tenderers’ director status
disputes with the Ministry