Procurement Manual 2006 20060817 With Sup8
Procurement Manual 2006 20060817 With Sup8
Procurement Manual 2006 20060817 With Sup8
PROCUREMENT MANUAL
(To be used along with Procurement Guidelines 2006 Goods & Works)
ii
My No: NPA/CEO/18 Natioal Procurement Agency Level 22, West Tower World Trade Centre Colombo 01. 01.03.2006
To All: Secretaries of Ministries, Chief Secretaries of Provincial Councils, Heads of Government Departments, S tate Corporations & Statutory Bodies, Fully Government Owned Companies; and Heads of Local Authorities
US E OF THE PROCUREMENT MANUAL The Procurement Guidelines constitute the GOSLs policies on procurement. Intention of the issuance of this manual is to provide assistance, advice, directions and procedures to be followed in carrying out procurement activities by the public sector Procurement Entities. The manual explains in more detail how specific aspects of procurement should be handled in consistent with the Guidelines-2006. The Chapter one of the M anual begins with a review of basic policies and institutional aspects of procurement that have broad applicability and areas in which problems arises most frequently. Subsequent chapters deal with specific procurement topics, taking them in generally in the same chronological order as given in the Guidelines, from the procurement planning stages to project implementation and contract administration. As far as possible, the respective guideline number of the Procurement Guidelines is used in the manual for easy reference. This manual will be continuously improved with a view to keep it relevant. Views of the users for its improvements will be welcome.
iii
iv
CONTENTS
ACRONYMS Page No. CHAPTER 1 GEN ERAL 1. 2. Objectives (PGR :1.2.1) Scope of Application (PGR : 1.3) 1 3
CHAPTER 2 INS TITUTIONS , PROCUREMENT COMMITTEES AND THEIR FUNCTIONS 3. 4. National Procurement Agency (NPA) (PGR : 2.1.1) Responsibilities of the Procuring Entity in Procurement Preparedness Activities (PGR : 2.3) Joint Responsibilities of PCs and TECs (PGR : 2.4) Cabinet Appointed Procurement Committees (CAPC) (PGR : 2.7.1) M inistry Procurement Committees (M PC) (PGR : 2.7.4) Department Procurement Committees (DPC) (PGR : 2.7.5) Project Procurement Committees (PPC) (PGR : 2.7.6) Regional Procurement Committees (RPC) (PGR : 2.7.7) TEC Assisting Cabinet Appointed Procurement Committees (CAPC) (PGR :2.8.2) TEC for M inistry Procurement Committees (M PC) (PGR : 2.8.3) TEC for Department Procurement Committees (DPC) & Project Procurement Committees (PGR : 2.8.4) TEC for Regional Procurement Committees (RPC) (PGR : 2.8.5) Payments for M embers of Procurement Committees and Secretaries to Procurement Committees (PGR : 2.9.1) 5 6 7 9 12 15 18 19 22 23 24 25 26
5. 6. 7. 8. 9. 10. 11.
12. 13.
14. 15.
Cont..
* (Note : PGR Procurement Guideline Reference)
Page No. 16. Payments for TEC M embers Format For Certifying Attendance (PGR : 2.9.2) Notification of Absence of a M ember to NPA (PGR : 2.9.2) Format for Procurement Committee M eeting (PGR : 2.11.3) 31 32 33
Formats for TEC M eeting M inutes& Bid Evaluation Summary Report (PGR : 2.11.3) 35-37 Declarations by M embers of Procurement Committees and Technical Evaluation Committees (PGR : 2.12) Authority of Procurement Committees for Contract Award Recommendation /Determination (PGR : 2.14.1) 38
39
CHAPTER 3 PROCUREMENT METHODS 22. 23. 24. 25. 26. 27. 28. Choice of Procurement M ethods International Competitive Bidding (ICB) (PGR : 3.1) National Competitive Bidding (NCB) (PGR : 3.2) Limited / Restricted International and National Bidding/ (LIB/LNB) (PGR : 3.3) Shopping (PGR : 3.4) Direct Contracting and Repeat Orders (PGR : 3.5 & 3.6) Procurement Guidelines for Emergency Rehabilitation and Reconstruction Operations due to Disasters (PGR : 3.8) 29Direct Contracting to Community Based Organizations (CBO) (PGR : 3.9.1) Award of District/Divisional Level Construction Contracts (PGR : 3.9.4) Two Stage Bidding (PGR : 3.10) Two Envelope System (PGR : 3.11) 43 44 45 46 47 48 49 56 57 58 59
Cont.
* (Note : PGR Procurement Guideline Reference)
vi
Page No. 33. 34. Possible Evaluation Criteria (PGR : 3.11.1) Pre-Qualification (PGR : 3.12) 60 61
CHAPTER 4 PROCUREMENT PREPAREDNESS AND PLANNING 35. 36. 37. 38. 39. 40. Procurement Planning & Packaging (PGR : 4.1 & 4.4) The Format for M aster Procurement Plan (PGR :.4.2.1) The Format for Detailed Procurement Plan (PGR : 4.2.1) Average Time Frame for Procurement Process (PGR : 4.2.2) Time Frame for Procurement Actions (PGR : 4.2.3) Preparation of Total Cost Estimates (PGR : 4.3.1 & 4.3.2) 67 70 71 72 73 77
CHAPTER 5 BIDDING DOCUMENTS 41. 42. 43. 44. 45. 46. 47. 48. 49. 50. Specimen of checklist to be submitted along with Draft Bidding Documents (PGR : 5.2.1) Contents of the Bidding Document (PGR : 5.2.1) NPA Approved Standard Bidding Documents (PGR : 5.3.1) Advance Notice of Procurement & Invitation for Bid (PGR : 5.3.2) Sample Form -Invitation for Bid (PGR : 5.3.2) General Contents of Instruction to Bidders (ITB) (PGR : 5.3.3) Eligibility and Qualification Requirements for Successful Bidder (PGR : 5.3.4) ICTAD Registration as Equivalent Post Qualification Criteria (PGR : 5.3.5) Suggested Bid Validity Periods (PGR : 5.3.10) Bid Security (PGR : 5.3.11) Cont.
* (Note : PGR Procurement Guideline Reference)
79 80 81 82 84 85 86 87 89 90
vii
Page No. 51. 52. 53. 54. 55. 56. 57. 58. 59. 60. 61. 62. 63. Format for Bid Security Declaration (PGR : 5.3.12) Format for Bid Security Guarantee (PGR : 5.3.13) Bid Evaluation Criteria (PGR : 5.3.19) Transport and Basis of Supply (PGR : 5.4.1) Price Variation in Works Contracts (PGR : 5.4.2) Advance Payment for Works and Goods Contracts (PGR : 5.4.4) Retention M oney in Works Contracts (PGR : 5.4.6) Acceptable Format for Release of Retention M oney (PGR : 5.4.7) Performance Security& Acceptable Format for Performance Guarantee(PGR : 5.4.8) Value Added Tax (PGR : 5.4.11) Liquidated Damages (PGR : 5.4.13) Dispute Resolution (PGR : 5.4.14) Specifications (PGR : 5.6) 91 92 93 94 95 96 98 99 100 102 103 104 105
CHAPTER 6 IN VITATION TO BID AND CLOS ING/OPENING OF BIDS 64. 65. 66. Handling Procurement Complaints (PGR : 6.1.1.) Bid Opening Procedure (PGR : 6.3.3) Format for Bid Opening M inutes (PGR : 6.3.6) 107 108 109
CHAPTER 7 BID EVALUATION 67. 68. 69. Time Frame for Bid Evaluation & Extension of Bid Validity (PGR : 7.4 & 7.5) Bid Evaluation Stages (PGR : 7.7) Preliminary Bid Examination (PGR : 7.8) Cont.
* (Note : PGR Procurement Guideline Reference)
viii
Page No. 70. 71. 72. 73. General Principles of Detailed Bid Evaluation and Comparison of Bids(PGR : 7.9.1) Detailed Bid Evaluation Principles and M ethodologies (PGR : 7.9.2) Post Qualification (PGR : 7.10) Bid Evaluation Report (PGR : 7.11.1) 120 121 131 133
CHAPTER 8 AWARD OF CONTRACT 74. 75. 76. 77. 78. 79. 80. 81. 82. Letter of Acceptance (Sample Format) - Construction Contract (PGR : 8.7.1) Sample Letter of Acceptance Supply Contract (PGR : 8.7.1) Execution of Contract Agreement (PGR : 8.9.3) Defaulting Contractors/Suppliers (PGR : 8.11) Contract Administration Payment of Vat (PGR : 8.12) Variation to Contracts (PGR : 8.13.4) Flow Chart of the Competitive Procurement Process Circular The Presidential Secretariat National Budget Circular No. 128 M inistry of Finance and Planning 135 136 137 138 139 140 142 143 145
ix
Acronyms
AO BOQ CANC CAO CAPC CBO DPC GOSL ICB ICTAD MPC MAPC MPP NCB NPA PC PE PG PPC PTS RPC SCAPC SBD TEC SLR TCE UNDB VAT Accounting Officer Bills of Quantity Cabinet Appointed Negotiating Committee Chief Accounting Officer Cabinet Appointed Procurement Committee Community Based Organization Department Procurement Committee Government of Sri Lanka International Competitive Bidding Institute for Construction, Training & Development Ministry Procurement Committee Ministry Appointed Procurement Committee Master Procurement Plan National Competitive Bidding National Pr ocurement Agency Procurement Committee Procuring Entity Procurement Guideline Project Procurement Committee Procurement Time Schedule Regional Pr ocurement Committee Standing Cabinet Appointed Procurement Committee Standard Bidding Document Technical Evaluation Committee Sri Lanka Rupee Total Cost Estimate United Nations Development Business Value Added Tax
xi
CHAPTER 1 - GENERAL
PROCUREM ENT GUIDELINE REFERENCE: 1.2.1
OBJECTIVES
Why is proficient public procurement so important? Public procurement is the process by which the PEs, purchase the inputs for vital public-sector investments. Those investments, both in physical infrastructure and in strengthened institutional and human capacities, lay foundations for national development. In procurement terms, those inputs are generally grouped into three categories: o Works o Goods o Services - for example, bridges and buildings, harbors and highways; - typically equipment, materiel and supplies, commodities, textbooks, medical supplies; and
-expert advice and training, conventionally labeled Technical Assistance, as well as such things as building maintenance, computer programming, etc. The quality, timeliness, appropriateness and affordability of those procured inputs can largely determine whether the public investments will succeed or fail. So the beneficial impact and contribution of the input, particularly in the case of technical assistance services, can exceed their direct costs, by several orders of magnitude. Yet procurement costs can be substantial, consuming scarce resources of tightly constrained government budgets. Often the required funding must be borrowed. M oreover, the process also consumes scarce skilled public-sector human resources. It takes time, not merely for procurement planning and contracting but also for contract supervision and execution. And much of this process is highly visible, as well as controversial; exposing politicians and public officers to scrutiny and second-guessing for procurement choices they made deferred or discarded. On the other hand, the desired impact of procurement is also to inspire the confidence and willingness-to-compete of well-qualified suppliers and contractors. This directly and concretely benefits the Government and the PE, responsive contractors and suppliers, and the funding agencies. A sound procurement system is one that combines all the following hallmarks: M aximizing Economy, efficiency and effectiveness (Value for money); Adhering to prescribed standards, specifications, local laws rules and regulations and international obligations Fair, equal and maximum opportunity for interested parties to participate in Procurement; Expeditious execution of Works and delivery of Goods and Services; Compliance with local laws and international obligations Ensuring Transparency and consistency; and Retaining confidentiality of information
1
OBJECTIVES
Maximizing Economy: Procurement is a purchasing activity of which is to give the purchaser best value for money. For complex purchases, value may imply more than just the price, since quality issues also need to be addressed. M oreover, lowest initial price may not equate to lowest cost over the operating life of the item procured. But the basic point is the same: the ultimate purpose of sound procurement is to obtain maximum value for money. Adhering to prescribed standards, specifications, local laws rules and regulations and international obligations Good procurement holds its practitioners responsible and accountability for enforcing and obeying the rules. It makes them subject to challenge and to sanction. Fair, equal and maximum opportunity for interested parties to participate in Procurement: Good procurement is unbiased, consistent, competitive and therefore reliable. It offers all interested contractors, suppliers and consultants a level playing field on which to compete and thereby, directly expands the purchasers options and opportunities. Expeditious execution of Works and delivery of Goods and S ervices: The best public procurement is simple and swift, producing positive results without protracted delays. In addition, efficiency implies practicality, especially in terms of compatibility with the administrative resources and professional capabilities of the PE and its procurement personnel. Ensuring Transparency and consistency in the evaluation and selection procedure: Good procurement establishes and then maintains rules and procedures that are accessible and unambiguous. It is not only fair, but should be seen to be fair. The officials involved in a procurement action shall not abuse their powers. An official who abuses ones position in a procurement action to derive benefits for oneself or ones close associates would deem to be engaged in corrupt practices. Officials shall not take advantage of their involvement in a procurement action for personal gain. Retaining confidentiality of information: Parties associated with procurement actions, namely, suppliers/contractors and officials shall ensure that they maintain strict confidentiality throughout the process. No information on the evaluation of bids shall be disclosed to bidders or any person other than those officially involved in the process.
PROCUREM ENT GUIDELINE REFERENCE: 1.3 SCOPE OF APPLICATION These Guidelines, which have been approved by the Cabinet of M inisters, are only applicable for the Procurement of Goods and Works. The NPA will shortly issue separate Guidelines for the Selection and Engagement of Consultants, and Health Sector Goods. The Guidelines for the Procurement of Goods and Works repeal replace or otherwise supersede all previous guidelines, circulars and financial regulations issued by the Treasury and the Department of Public Finance on the subject of procurement except those relating to disposal of inventory items and divestiture of public assets. However, the Chapter VI of the Guide lines on Government Tender Procedure (1997 Revised Edition), Use of Consultants will remain applicable until NPA publishes the new guideline for Selection and Engagement of Consultants. The scope and extent of the application of these Guidelines clearly set out in section 1.3 of the Guidelines. Under normal circumstances the PEs shall follow the procedures described in the Procurement Guidelines. Approval from NPA should be obtained for any deviation from the described procedures. Such requests must be made within a reasonable time period, at least three weeks must be allowed for each case to enable the NPA to consider such a request and provide its observations.. NPA may thereafter, advice the PE to obtain the required approvals from the appropriate authority (such as cabinet of M inisters, CAPC, M PC etc.) or may advice PE to follow normal procedure.
However, owing to emergency and exceptional circumstances, when real and appreciable damage would be caused to the activities of the PE or injury to persons, the PE with a specific approval from the CAO may use the procedures described under Guideline 3.8.1 and Procurement M anual 3.8.1. In such circumstances the PE should have documentary evidence to justify the decision to deviate from the general procedure.
To streamline the government procurement system and standardize the same to be of equal application to all government institutions. To ensure better transparency and good governance in relation to government procurement awards To ensure that all parties who are eligible and desirous of participating in public bidding are given an equal opportunity. To ensure that the government will get the best value of money in terms of price, equality and timely delivery at procurement. To ensure that the government procurement system is made efficient and simplified in order to promote development needs of the country. To put in place a monitoring system in relation to selection of successful bidders and award of government tenders.
Develop, implement and review policies in procurement of goods, works and services Advise the M inistries and Tender Boards on procurement Activities Standardizing of goods and equipment Simplification of Review and Approval Process Review Procurement Procedures & Procurement Plans of all Government Institutions M onitor quality and progress on procurement projects Formulate accreditation system on selection of members for TECs and Tender Boards Appoint Tender Board and Technical Evaluation Committee members for procurements of higher values -- Cabinet Appointed Tender Boards, Cabinet Appointed Negotiating Committees and Project Committees Introduction of code of conduct and ethics for Procurement Procedures Introduction of performance and technical auditing Capacity Building in the field of Procurement M anagement
(a)
It has completed all the documents required for the preparation of the bidding documents;
(b)
it has carried out initial environmental examination, (IEE) environmental impact assessment (EIA) and social impact assessment as may be relevant for the project;
(c)
it has resolved land acquisition, compensation, re-settlement issues including relocation of utilities and such other matters which are necessary for the implementation of the project.
The PE shall follow the requirements given in the National Budget Circular No 128 -Accelerating Government Procurement Activities- of M arch 24, 2006 issued by M inistry of Planning. For easy reference the circular is attached to this M anual as an Appendix 2.3 A.
Primary Responsibility of Procurement The responsibility of a Procurement Action shall be with the CAO. Limits of authority and thresholds to make recommendation/determination of contract award shall be decided by the Government from time to time, and shall be announced by circulars issued under these Guidelines by the NPA. The CAO may delegate the authority to Accounting Officers or others.
If not provided in this manual, CAO, AO, Project Directors or other respective authorities shall take every effort to standardize the procurement procedures within the ministry, department, project, Provincial Council or local authorities respectively. Such offices may develop standard forms where possible to streamline the process and expeditious execution and may obtain the assistance of the Procurement Liaison Officer and Procurement Assistant on this regard. They may also obtain guidance for such standardization procedures from NPA. The CAO should ensure that sufficient training is given to the staff involved in procurement at the ministry and the organizations under the ministry. The CAO and other staff are requested to visit the NPA website (www.npa.gov.lk) to obtain information of such training opportunities.
In accordance with the Guidelines and bidding documents issued the PE shall have the power to: (a) accept any bid, or part of a bid; (b) accept part of more than one bid; (c) reject all or any bid; (d) direct to re-invite bids;
Commitment from PC/TEC members: All members of Procurement Committees and TECs serving in their respective committees shall give priority to the work in the Committees over their routine work. The members of the TECs are jointly and severally responsible for all the activities described in the Guidelines. In addition each member is responsible to the special tasks that will be assigned to such member by the TEC Chairman. These tasks may be related to the main subject matter of procurement or ancillary matters such as procurement procedures, finance, etc. The TEC Chairman shall be responsible for at least one such task. M ore than one member may be assigned the responsibility for subject matter of the procurement. Each member shall sign to confirm the individual responsibility to the task assigned in addition to signing the joint responsibility of the TEC. Any TEC member may submit a dissenting report on any issue.
Termination of PC and TEC The PC and TEC appointed for a particular procurement ceases to exist after the contract award is made. Thereafter entire responsibility of implementation of the contract lies with the PE and the line ministry. A PC may be re constituted with a new mandate from the appointing authority. However, M PC, DPC, PPC or RPC (or respective TECs) may be re-called for consideration of residual matters such as variations to contract. If such PCs or TECs are recalled any additional payment as determined by CAO may be made.
Composition a)
b) There shall be a chairperson for each CAPC; c) The Secretary or an officer not less than the rank of an Additional Secretary of the Line M inistry shall be a member of the CAPC The Chairperson of the TEC or his nominee(s) from the TEC members shall be available as non member at all meetings for CAPC to make clarifications. The Liaison Officer for procurement or where a Liaison Officer is not available, a senior officer from the Line M inistry, shall be the non-member Secretary of the CAPC. .
Request for appointment of CAPC The request for the appointment of a CAPC shall be made to the CEO (NPA), by the Secretary to the Line M inistry. Please refer the Format given in this manual to make such requests. At no stage the composition, names or any other details of the PC/TEC members shall be divulge to the bidders. Other than when direct negotiations are required with the bidders, PC and TEC members should not communicate directly with the bidders. All such communications should be done through the PE
(Cont)
This section is superseded by the Supplement Contact details of Secretary: 8 issued on 2006-10-11
Name of Secretary: phone; ; fax; ..; e-mail .. Name of Procurement Liaison Officer: Contact details of liaison officer: phone; ; fax; ..; e-mail .. Name: Name of Officer in charge: Contact details of OIC: phone; ; fax; ..; e-mail .. Name of Procurement Liaison Officer (if any): Contact details of liaison officer: phone; ; fax; ..; e-mail ..
Title/s of the proposed contract/s (if package of contracts list them separately) i. ii. Title: Contract Reference number:
iii. Procurement Plan Ref: iv. Works/Goods/Service/Consultancy Service: 3 4 5 6 Description of the Contract/s: (describe type of goods/works/services proposed to procure) List of connected procurement in reference to Guideline 2.4.1 (give a detail description and whether different TECs are recommended): Cost estimates (indicate separately for each connected procurement as above) S tatus of procurement preparedness activities: i. ii. Environmental/ social and other required clearances: Land acquisition (if needed):
iii. Land clearance from obstacles: iv. Pre-qualification/bidding documents/RFP (including drawings, specifications, drawings, etc.)
10
Draft Procurement Time S chedule (Should be a separate attachment see Guideline 4.2.2 for format) Indicate any special requirements for experience and qualification of PC members. (Indicate area of expertise)
Any special requirement for experience and qualification of TEC members (Indicate area of expertise)
10
This section is superseded by the Supplement Suggested members for the TEC: 8 issued on 2006-10-11
i. Name 1: ... ; Designation: ... ; Area of Specialty: .. Address ..; Phone; ..; fax; ...; e-mail ii. Name 2: .... ; Designation: .... ;
Area of Specialty: . Address ..; Phone; ..; fax; ...; e-mail iii. Name 3: .... ; Designation: .... ; Area of Specialty: . Address ..; Phone; ..; fax; ...; e-mail
I certify that the current status of procurement preparedness activities as indicated in paragraph 6 above will not hinder the contract implementation.
DATE:
The Composition of M PC is given below: Composition of MPC for major contracts ( see procurement manual reference 2.14.1) a) The number of members in a M PC shall be three; b) The CAO or an officer not less than the rank of an Additional Secretary to the Line M inistry shall be the chairperson. c) Where the M inistry is not the Procuring Entity, one member shall be the Head of Department or Project Director of the PE. d) The third member shall be from outside the ministry who is conversant in subject of procurement. The Chairperson of the TEC or his nominee - from amongst the members of the TEC, shall participate as a non member at all meetings of M PC to make clarifications. The Procurement Liaison Officer of the Procuring Entity shall be the non member Secretary for M PC. If Liaison Officer is unavailable, a senior officer from the Line M inistry, not below the rank of an Assistant Director (or equivalent) may serve as the non member Secretary for M PC. Composition of MPC for minor contracts ( see procurement manual reference 2.14.1) a) The number of members in a M PC (minor committee) shall be three; b) Two senior staff officers may be appointed as chairperson/alternate chairperson. Either of these two officers shall be the chairperson. c) Other two members shall be staff officers. For each such member a suitable alternate member may be appointed. Either the member or the alternate member may serve in the committee. The Procurement Liaison Officer of the Procuring Entity shall be the Secretary. If Liaison Officer is unavailable, a senior officer from the M inistry may serve as the Secretary. Request for appointment of MPC The request for the appointment of a M PC shall be made to the CAO, by the Head of the Department/Project Director as appropriate. Please refer next page for Format. At no stage the composition, names or any other details of the PC/TEC members shall be divulge to the bidders. Other than when direct negotiations are required with the bidders, PC and TEC members should not communicate directly with the bidders. All such communications should be done through the PE
12
(Cont)
This section is superseded by the (c) Contact details of OIC: 7 issued on 2006-10-11 Supplement
(b) Name of Officer in charge: phone; ; fax; ..; e-mail .. (d) Name of liaison officer (if any): (e) Contact details of liaison officer: phone; ; fax; ..; e-mail .. 2 Title/s of the proposed contract/s (if package of contracts list them separately) (a) Title: (b) Contract Reference number: (c) Works/Goods/Service/Consultancy Service: 3 4 5 6 Description of the Contract/s: (describe type of goods/works/services proposed to procure) List of connected procurement in reference to Guideline 2.4.1 (give a detail description and whether different TECs are recommended): Cost estimates (indicate separately for each connected procurement as above) S tatus of procurement preparedness activities: (a) Environmental/ social and other required clearances: (b) Land acquisition (if needed): (c) Land clearance from obstacles: (d) Pre-qualification/bidding documents/RFP (including drawings, specifications, drawings, etc.) 7 8 9 Draft Procurement Time S chedule (Should be a separate attachment see Guideline 4.2.2 for format) Any special requirements for experience and qualification of PC members Any special requirement for experience and qualification of TEC members
13
10
Suggested number of members for the TEC: (a) Name 1: ... ; Designation: ... ; Area of Specialty: .. Address ..; Phone; ..; fax; ...; e-mail (b) Name 2: .... ; Designation: .... ; Area of Specialty: . Address ..; Phone; ..; fax; ...; e-mail
(c) Name 3: .... ; Designation: .... ; Area of Specialty: . Address ..; Phone; ..; fax; ...; e-mail
I certify that the current status of procurement preparedness activities as indicated in paragraph 6 above will not hinder the contract implementation.
DATE:
14
The Composition of DPC is given below: Composition of DPC for major contracts a) The number of members in a DPC shall be three. b) The Head of Department shall be the chairperson. c) One member shall be a senior officer from the Procuring Entity or one who is knowledgeable in the subject matter of the Procurement under consideration. d) One member shall be from the Line M inistry in the rank of a Senior Assistant Secretary or a Director on par. The Chairperson of the TEC or his nominee selected from amongst the TEC members shall participate at all meetings for DPC to make clarifications. A senior officer from the Procuring Entity shall be the non member Secretary for DPC. Composition of DPC for minor contracts (see procurement manual reference 2.14.1) a) The number of members in a M PC (minor committee) shall be three; b) Two senior staff officers may be appointed as chairperson/alternate chairperson. Either of these two officers shall be the chairperson. c) Other two members shall be staff officers. For each such member a suitable alternate member may be appointed. Either the member or the alternate member may serve in the committee. One member shall be from the Procuring Entity or one who is knowledgeable in the subject matter of the Procurement under consideration. Request for appointment of DPC The request for the appointment of a DPC shall be made to the CAO, by the Head of the Department/Project Director as appropriate. Please refer next page for Format At no stage the composition, names or any other details of the PC/TEC members shall be divulge to the bidders. Other than when direct negotiations are required with the bidders, PC and TEC members should not communicate directly with the bidders. All such communications should be done through the PE
15
(Cont)
This section is superseded by the Contact details of OIC: 7 issued on 2006-10-11 Supplement
Name of Officer in charge: phone; ; fax; ..; e-mail .. Name of liaison officer (if any): Contact details of liaison officer: phone; ; fax; ..; e-mail ..
Title/s of the proposed contract/s (if package of contracts list them separately) (a) (b) (c) Title: Contract Reference: Works/Goods/Service/Consultancy Service:
3 4 5 6
Description of the Contract/s: (describe type of goods/works/services proposed to procure) List of connected procurement in reference to Guideline 2.4.1 (give a detail description and whether different TECs are recommended): Cost estimates (indicate separately for each connected procurement as above) S tatus of procurement preparedness activities: (a) (b) (c) (d) Environmental/ social and other required clearances: Land acquisition (if needed): Land clearance from obstacles: Pre-qualification/bidding documents/RFP (including drawings, specifications, drawings, etc.)
7 8
Draft Procurement Time S chedule (Should be a separate attachment see Guideline 4.2.2 for format) Suggested members for PC members (a) Name 1: ... ; Designation: ... ; Area of Specialty: .. Address ..; Phone; ..; fax; ...; e-mail
16
(b)
Name 2: .... ; Designation: .... ; Area of Specialty: . Address .; Phone; ..; fax; ...; e-mail
(c)
Name 3: .... ;
Suggested members for the TEC: (a) Name 1: ... ; Designation: ... ; Area of Specialty: .. Address ..; Phone; ..; fax; ...; e-mail (b) Name 2: .... ; Designation: .... ; Area of Specialty: . Address ..; Phone; ..; fax; ...; e-mail (c) Name 3: .... ; Designation: .... ; Area of Specialty: . Address ..; Phone; ..; fax; ...; e-mail
I certify that the current status of procurement preparedness activities as indicated in paragraph 6 above will not hinder the contract implementation.
DATE:
17
The Composition of PPC is given below: Composition of PPC for major contracts a) The number of members in a PPC shall be three; b) If the Project Director, is a class 1 officer of the Sri Lanka All island Services then he shall be the chairperson otherwise a representative of the ministry who shall be a class 1 officer of the Sri Lanka All island Services shall the chairman; c) If Project Director is not the Chairman then he shall be a member; d) One member shall be a senior officer from the Procuring Entity who is knowledgeable in the subject matter of the Procurement under consideration; e) One member (Class 1 officer) shall be a representative from the M inistry; The Chairperson of the TEC or his nominee from the TEC members shall participate as non member at all meetings for PPC to make clarifications. The Procurement Specialist of the project shall be the non member secretary for PPC. Composition of PPC for minor contracts (see procurement manual reference 2.14.1) a) The number of members in a M PC (minor committee) shall be three; b) Two senior staff officers may be appointed as chairperson/alternate chairperson. Either of these two officers shall be the chairperson. c) Other two members shall be staff officers. For each such member a suitable alternate member may be appointed. Either the member or the alternate member may serve in the committee. One member shall be from the Procuring Entity or one who is knowledgeable in the subject matter of the Procurement under consideration. Request for appointment of PPC The request for the appointment of a PPC shall be made to the CAO, by the Project Director. The form of request shall be same as applicable to DPC (Guideline 2.7.5) At no stage the composition, names or any other details of the PC/TEC members shall be divulge to the bidders. Other than when direct negotiations are required with the bidders, PC and TEC members should not communicate directly with the bidders. All such communications should be done through the PE
18
With the approval/delegation of the CAO, Head of Departments having a large number of regional/district/divisional offices may set up RPCs. The Head of the Department may appoint one or more RPCs for different categories or components. The composition of the RPC is given in below:
Composition a) The members in a RPC shall be three; b) Head of regional/district/divisional (or equivalent) shall be the Chairperson. c) One other member shall be a senior officer from the Procuring Entity of the region, who is knowledgeable in the subject matter of the contract under consideration and this person, shall also be the Secretary of the RPC. d) The third member shall be external to the Procurement Entity who is knowledgeable in Government Procurement procedure.
Request for appointment of RPC The request for the appointment of a RPC shall be made to the Head of the Department, by the Officer in charge of the region. The format given in next page may be used.
At no stage the composition, names or any other details of the PC/TEC members shall be divulge to the bidders. Other than when direct negotiations are required with the bidders, PC and TEC members should not communicate directly with the bidders. All such communications should be done through the PE
19
(Cont)
3 4 5 6
Description of the Contract: (describe type of goods/works/services) List of connected procurement in reference to Guideline 2.4.1 (give a detail description and whether different TECs are recommended): Cost estimates (indicate separately for each connected procurement as above) S tatus of procurement preparedness activities: (a) (b) (c) (d) Environmental/ social and other required clearances: Land acquisition: Land clearance: Status of bidding documents/RFP (including drawings, specifications, drawings)
Draft Procurement Time S chedule (Should be a separate attachment see Guideline 4.2.2 for format) Suggested members for PC members (a) Name 1: ... ; Designation: ... ; Area of Specialty: .. Address ..; Phone; ..; fax; ...; e-mail
20
(b) Name 2: .... ; Designation: .... ; Area of Specialty: . Address ..; Phone; ..; fax; ...; e-mail (c) Name 3: .... ; Designation: .... ; Area of Specialty: . Address ..; Phone; ..; fax; ...; e-mail 9 Suggested members for the TEC: (a) Name 1: ... ; Designation: ... ; Area of Specialty: .. Address ..; Phone; ..; fax; ...; e-mail (b) Name 2: .... ; Designation: .... ; Area of Specialty: . Address ..; Phone; ..; fax; ...; e-mail (c) Name 3: .... ; Designation: .... ; Area of Specialty: . Address ..; Phone; ..; fax; ...; e-mail I certify that the current status of procurement preparedness activities as indicated in paragraph 6 above will not hinder the contract implementation.
DATE:
21
Request for appointment of TEC to assist CAPC The request for the appointment of a TEC to assist CAPC shall be made to the CEO of NPA, by the Secretary to the Line M inistry. The request shall be simultaneously with the request for appointing CAPC. At no stage the composition, names or any other details of the PC/TEC members shall be divulge to the bidders. Other than when direct negotiations are required with the bidders, PC and TEC members should not communicate directly with the bidders. All such communications should be done through the PE
22
subject specialists means a person who is knowledgeable to make judgment on responsiveness of the bid on technical/financial and other criteria as appropriate to the procurement concerned.
Composition for minor contracts (see procurement manual guideline 2.14.1) The composition of the TEC to carry out Procurement Actions shall be three. Request for appointment of TEC for MPC The request for the appointment of a TEC for MPC shall be made to the CAO, by the Head of Department/Project Director/Additional secretary as appropriate. The request shall be simultaneously with the request for appointing M PC At no stage the composition, names or any other details of the PC/TEC members shall be divulge to the bidders. Other than when direct negotiations are required with the bidders, PC and TEC members should not communicate directly with the bidders. All such communications should be done through the PE
23
TEC for Department Procurement Committees (DPC) & Project Procurement Committee
Head of Department/Project Director shall appoint the TEC for DPC/PPC to handle Procurement actions as indicated in Guideline 2.8.4. The Head of Department/Project Director may appoint Permanent TECs for different categories or components of the Project for PPCs/DPCs. The TEC will have the Composition given below: Composition for major contracts. a) The number of members in the TEC shall be three to five. b) There shall be a chairperson for the TEC. c) At least one member shall be the subject specialist*; d) At least one member shall be from line ministry or external to Procuring Entity who is conversant with procurement; e) If a sectional head is a member of the TEC, his or her subordinates should not serve as member of the same TEC, unless it is essential. The Chairman of the TEC shall assign specific tasks to each member (including to him/her self) in addition to the joint responsibility; One of the members shall be the Secretary for TEC *Subject specialists means a person who is knowledgeable to make judgment on responsive of the bid on technical/financial and other related grounds as appropriate to the procurement concerned. Composition for minor contracts The number of members to carry out Procurement Action for minor contracts (see procurement manual guideline 2.14.1) shall be three.
Request for appointment of TEC for DPC/PPC The request for the appointment of a TEC for DPC/PPC shall be made to the Head of Department/Project Director as appropriate by the concerned officer. The request shall be simultaneously with the request for appointing DPC/PPC At no stage the composition, names or any other details of the PC/TEC members shall be divulge to the bidders. Other than when direct negotiations are required with the bidders, PC and TEC members should not communicate directly with the bidders. All such communications should be done through the PE
24
Composition a) The number of members in the TEC shall be three; b) There shall be a chairperson for the TEC; c) At least one member shall be a subject specialist*;
* subject specialists means a person who is knowledgeable to make judgment on responsive of the bid on technical/financial and other related grounds as appropriate to the procurement concerned.
Request for appointment of TEC for RPC The request for the appointment of a TEC for RPC shall be made to the Head of Department. The request shall be simultaneously with the request for appointing RPC At no stage the composition, names or any other details of the PC/TEC members shall be divulge to the bidders. Other than when direct negotiations are required with the bidders, PC and TEC members should not communicate directly with the bidders. All such communications should be done through the PE
25
26
PAYMENTS FOR MEMBERS OF THE PROCUREMENT COMMITTEE AND CANC MEMBERS (PQ means Pre- Qualification) (The members may be paid 75 % of the fee upon final recommendation/ determination, and the balance 25% may be paid upon the award of the contract) Payment for Payment for other Value or nature of the Goods Works or S ervice Chairman, if members, if Procurement (in Rs million) contract award is contract award is completed within completed within
GOSL Funde d Foreign Funde superseded by the This section is d Supplement30004with PQ on 2006-09-29 issued with PQ More than
1
half the original Bid validity Period 25,000 20,000 20,000 16,000
half of the original Bid validity Period 20,000 16,000 17,500 14,000
More than 1000 without PQ More than 3000 without PQ More than or equal to 500 and less than 1000 with PQ More than or equal to 500 and less than 1000 without PQ More than or equal to 250 and less than 500 with PQ More than or equal to 250 and less than 500 without PQ More than or equal to 100 and less than 250 with PQ More than or equal to 100 and less than 250 without PQ More than or equal to 25 and less than 100 with PQ More than or equal to 25 and less than 100without PQ More than or equal to 5 and less than 25 More than or equal to 2000 and less than 3000 with PQ More than or equal to 2000 and less than 3000 without PQ More than or equal to 1000 and less than 2000 with PQ More than or equal to 1000 and less than 2000 without PQ More than or equal to 500 and less than 1000 with PQ More than or equal to 500 and less than 1000 without PQ More than or equal to 250 and less than 500 with PQ More than or equal to 250 and less than 500without PQ More than or equal to 100 and less than 250 with PQ More than or equal to 100 and less than 250 without PQ More than or equal to 25 and less than 100 with PQ More than or equal to 25 and less than 100 without PQ More than or equal to 5 and less than 25
17,500 14,000
8,750 7,000
15,000 12,000
7,500 6,250
15,000 12,000
7,500 6,000
12,500 10,000
6,000 5,000
10,000 8,000
5,000 4,000
7,500 6,000
3,750 3,000
3,000 2,400
1,500 1,200
2,000 1,600
1,000 800
2,000 1,600
1,000 800
1,000 800
500 400
1,000
500
500
250
PAYMENTS FOR MEMBERS OF THE TEC & PROJECT COMMITTEE MEMBERS (The members may be paid 75 % of the fee upon submission of the TEC or Project committee report in its final form, and the balance 25% may be paid upon the award of the contract) Value or nature of the Goods Works or S ervice Procurement (in Rs million)
(PQ means Pre - Qualification)
30% of 60% of This section is superseded bythe original the the 30% of Bid the original Bid original validity validity GOSL Funded Supplement 4 issued on 2006-09-29 Foreign Funded Bid Period Period More than 1000 with PQ2 More than 1000 without PQ More than or equal to 500 and less than 1000 with PQ More than or equal to 500 and less than 1000 without PQ More than or equal to 250 and less than 500 with PQ More than or equal to 250 and less than 500 without PQ More than or equal to 100 and less than 250 with PQ More than or equal to 100 and less than 250 without PQ More than or equal to 25 and less than 100 with PQ More than or equal to 25 and less than 100without PQ More than or equal to 5 and less than 25 validity Period 17,500 14,000 15,000
More than 3000 with PQ More than 3000 without PQ More than or equal to 2000 and less than 3000 with PQ More than or equal to 2000 and less than 3000 without PQ More than or equal to 1000 and less than 2000 with PQ More than or equal to 1000 and less than 2000 without PQ More than or equal to 500 and less than 1000 with PQ More than or equal to 500 and less than 1000 without PQ More than or equal to 250 and less than 500 with PQ More than or equal to 250 and less than 500without PQ More than or equal to 100 and less than 250 with PQ More than or equal to 100 and less than 250 without PQ More than or equal to 25 and less than 100 with PQ More than or equal to 25 and less than 100 without PQ More than or equal to 2 and less than 25
12,000
6,000
10,000
5,000
12,500
6,250
10,000
5,000
10,000
5,000
8,000
4,000
10,000
5,000
7,500
6,000
8,000
4,000
6,000
4,800
6,000 4,800
3,000 2,400
5,000 4,000
2,500 2,000
3,000
1,500
2,000
1,000 800
1,000
500
500
250
28
PAYMENTS FOR S TANDING CABIN ET APPOINTED PROCUREMENT COMMITTEE (S CAPC) AND TEC MEMBERS ASS IS TING SCAPC
Value of Procurement
This section is superseded by the SupplementChairman Member 2006-09-29 4 issued on Chairman Member
Less than Rs 250 m
3,000 2,000 3,000 2,000
M ore than or equal to Rs. 250 m and less than Rs. 500 m M ore than or equal to Rs. 500 m and less than Rs. 1000 m M ore than or equal to Rs. 1000
4,000
3,000
4,000
3,000
5,000
4,000
5,000
4,000
8,000
6,000
8,000
6,000
29
PAYMENTS FOR S TAFF OFFIC ERS AND CLERIC AL OFFIC ERS ASS IS TING THE PROCUREMENT COMMITTEES AND CANC If the staff officer assisting the Procurement serving as a member of the Procurement Committee, Standing Procurement Committee, CANC, TEC or Project Committee, he/she will not be entitled for staff officers payments. (The officers may be paid 75 % of the fee upon final recommendation/ determination by the respective PC, and the balance 25% may be paid upon the award of the contract)
This section is superseded by the Supplement 4 issued on 2006-09-29 Officer S taff Officer Clerical
if contract award is completed within two third of the original Bid validity Period 5,000 if contract if contract award is award is completed completed within the within two original third of Bid the validity original Period Bid validity Period 2,500 2,500
GOS L Funded
Foreign Funded
M ore than or equal to 100 m Less than 100 m and more than or equal to 25 m Less than 25 m and more than or equal to 5 m
M ore than or equal to 500 m Less than 500 m and more than or equal to 250 m Less than 250 m and more than or equal to 25 m Less than 25 m and more than or equal to 5 m
1,250
2,500
1,250
1,250
625
1500
750
1000
500
500
250
30
Meeting Number 3
Total Number Number of Signature of of Meetings meetings the held attended by Chairperson the member4 (PC/TEC)3
Meeting ;Number 2
Venue
Signature
Signature
Venue
Start Time
End Time
Date
Contract sum
Signature after the end of the final meeting The payment shall be reduced by 40% at the 1st instance of absence. Any further absence by the same member shall result in no payments at all and such occurrence shall be immediately informed to NPA using the format given in next page. 31
Start Time
Meeting Number 1
Estimated
Award
Ven ue Date
End Time
Date
32
M ain observations made: (The summary of key observations may be outlined here. The details can be attached by making references.) Some essential information that should be listed below are: (a) Proceedings of the meeting and comments on follow up action from previous meeting (if any) (b) (c) (d) Comments (if any) on presence and absence of PC/TEC members; Comments on entire procurement process Any special features/methods adopted.
Summary of the main decisions taken: (The summary of each main decision/s taken should be outlined here. The details can be attached by making references). Some essential information that should be listed below are: 1. For procurement Time Schedule: Key dates such as issue of documents, closing of bids/proposals; contract award (other details may include in an attachment) 2. For pre-Qualification/Short listing: Statement on agreement or disagreement with TEC recommendation/s; Number of applications received; Names and addresses of the bidders pre-qualified/short listed; 3. For contract Award: Statement on agreement or disagreement with TEC recommendation/s; Name and address of the successful bidder; contract amount (various currencies if applicable); 4. For intermediate decisions: State clearly the direction given to the TEC/PE 5. Justification(if required) for their decision/s the PC wishes to add Argue case why not give to lowest bidder. Signatures: Name Capacity6 Agree with the above decision/s (yes/no)7 Signature
6 7
Indicate chairperson/member The member shall write yes or no; if no attach the comment/observation/decision as an attachment
34
Indicate Scrutin Ise Pre-quali fication documents, Pre-quali fication evaluation, Scrutin Ise bidding documents, bid evaluation and contract award etc. 35
Summary of the main decisions taken/recommendations made: (The summary of each main decision/s taken/recommendation made should be outlined here. The details can be attached by making references). Some essential information that should be listed below are: 1. For Scrutinizing documents: Use of SBDs and appropriateness of bidding documents; 2. For pre-Qualification/Short listing: Number of applications received; Names and addresses of the bidders pre-qualified/short listed; 3. For contract Award Recommendation: Name and address of the successful bidder; contract amount in various currencies if applicable; 4. 5. For intermediate decisions: State clearly the direction given to the PE Justification (if required) for their decision/s the TECC wishes to add. Capacity9 Agree with the above decision/s (yes/no)10 Signature
Name
In addition to the main TEC report prepared following the standard format, TEC should submit a summary report in the format given in next page
9 10
Indicate chairperson/member The member shall write yes or no; if no attach the comment/observation/decision as an attachment
36
(Contd.)
2 3 4 5 6 7 8 9
Title of the Procurement: Source of Financing Pre-bid estimated amount of the Procuring Entity:: M ethod of Procurement (ICB/NCB/LIB/LNB etc.) Number of bidding documents issued Number of bids received Number of bids determined as substantial responsive Any common reason/s found for determining many bids as non responsive (if a common reason/s observed describe the departure)? Was the lowest evaluated bidder recommending for the contract award? (Yes/No)? If reason answer for 10 above is No, give reason/s for not recommending. What is the recommended contract award price? What was the bid price of the recommended bidder at the bid opening? If there is a difference between 12 and 13 above what are the reasons?
10
11
12 13
14
37
DECLARATIONS BY MEMBERS OF PROCUREMENT COMMI TTEES AND TECHNICAL EVALUATION COMMI TTEES
M embers ref No: Contract Title: Contract Reference: Date: 1. I, the undersigned . 11 appointed for the above contract, fully understand the commercial-in-confidence nature of the proceedings of the procurement process and declare that I will not discuss any matters pertaining to the proceedings, including our recommendations with any party other than the other members of the PC and the TEC appointed for this procurement and who are officially involved in the process; 2. I, the undersigned declare that I am in no way linked, associated or involved with any of the potential bidders of the procurement under consideration; 3. At the first instance that I come to know that a participation of any bidder known to me may cause or may be interpreted as a conflict of interest, I will so inform to the appointing authority and request for a replacement; 4. I will maintain strict confidentiality of information throughout the process. 5. I will refrain from receiving any personal gain what so ever from any action related to this procurement; I am fully aware of the responsibilities of the PPC and TEC and also the Ethics in Procurement as spelled out in the Procurement Guidelines NAME & S ignature of the Member
DECLARATIONS BY STAFF OFFICER AND CLERICAL OFFICERS ASSISTING PCs AND TECs
Contract Title: Contract Reference: Date: 1. I, the undersigned . 12 assisting the above contract, fully understand the commercial-in-confidence nature of the proceedings of the procurement process and declare that I will not discuss any matters pertaining to the process with any party other than who are officially involved in the process; 2. 3. I, the undersigned declare that I am in no way linked, associated or involved with any of the potential bidders of the procurement under consideration; At the first instance that I come to know that a participation of any bidder known to me may cause or may be interpreted as a conflict of interest, I will so inform to the appointing authority; I will maintain strict confidentiality of information throughout the process. I will refrain from receiving any personal gain what so ever from any action related to this procurement; NAME & S ignature of the Member
11 12
4. 5.
Indicate CAPC/SCAPC/MPC/DPC/PPC/RPC member or TEC member assisting CAPC/SCAPC/MPC/ DPC/ PPC /RPC as appropriate Indicate CAPC/SCAPC/MPC/DPC/PPC/RPC member or TEC member assisting CAPC/SCAPC/MPC/ DPC/ PPC /RPC as appropriate
38
This section is superseded by the Supplement 6 issued on 2006-10-05 2. For annual programs, recurrent expenditure and maintenance programs, the total block provision for
the year shall be considered in deciding the procurement authority; 3. In the case of rentals and leases, the contract value for the entire rental or lease period shall be considered in deciding the procurement authority.
Authority
GOSL Funde d Proje cts More than or equal to Rs. 100 m More than or equal to Rs. 100m Less than Rs 100 m
Cabinet Appointed Procurement Committee (CAPC)13 for Works Cabinet Appointed Procurement Committee (CAPC)14 for Goods and Services
Ministry Procurement Committee (MPC) for minor contracts15 Works (when Procuring Entity is ministry) Ministry Procurement Committee (MPC) for major contracts - Goods and Services
Less than Rs 25 m
Ministry Procurement Committee (MPC) for minor contracts16 Goods and Services (when Procuring Entity is ministry)
Less than Rs 5 m
Less than Rs 10 m
13 14 15 16
CAPC will make recommendation to the Cabinet of Ministers and the determination will be made by the Cabinet CAPC will make recommendation to the Cabinet of Ministers and the determination will be made by the Cabinet The Secretary may appoint a separate MPC to take Procurement Action on smaller value contracts of the Ministry as indicated. The Secretary may appoint a separat e MPC to take Procurement Action on smaller value contracts of the Ministry as indicated 39
Department Procurement Committee (DPC) for major contracts - Works Department Procurement Committee (DPC) for minor contracts17 - Works Department Procurement Committee (DPC) for major contracts Goods and Services
18
This section is superseded by the Department Procurement Committee (DPC) 6 issued Less than Rs 1 Supplement for minor on 2006-10-05 contracts Goods and Services m
Project Procurement Committee (PPC) for major contracts - Works Project Procurement Committee (PPC) for minor contracts19 Works Project Procurement Committee (PPC) for major contracts - Goods and Services Project Procurement Committee (PPC) for minor contracts20 Goods and Services Regional Procurement Committees (RPC) < Rs. 5 m
When a department is directly responsible in implementing a foreign funded project the Project Procurement authority limits are applicable
CAO/HD/PD, when direct contracting procedure is used and < Rs. 100,000 the items procured satisfies the requirements given under Guideline 3.5 CAO/HD/PD, when direct contracting procedure is used and < Rs. 50,000 the items procured satisfies the requirements given under Guideline 3.5
Approving Authorities: Before the contract is awarded approval from the following authorities (subjected to the delegation of authority provided in FR 135) should be obtained for the recommendation/determination made by the PCs: RPC PPC DPC MPC CAPC Head of the Department CAO CAO CAO
Cabinet
17 18 19 20
The Secretary may appoint a separat e DPC to take Procurement Action on smaller value contracts of the Department as indicated The Secretary may appoint a separat e DPC to take Procurement Action on smaller value contracts of the Department as indicated The Secretary may appoint a separat e PPC to take Procurement Action on smaller value contracts of the project as indicated The Secretary may appoint a separate PPC to take Procurement Action on smaller value contracts of the project as indicated
40
AUTHORI TY OF PROCUREMENT COMMI TTEES FOR CONTRACT AWARD RECOMMENDATION/DETERMI NATION When Shopping (Guideline 3.4) Procedure is followed
and service contracts quotations may be invited from: suppliers registered with the Procuring Entity; registrations updated annually; or suppliers listed in Yellow pages and Rainbow pages etc, if sufficient number of reputed vendors are listed; 2. For construction contracts quotations may be invited from ICT AD registered contractors preferably registered with Procuring Entity; 3. Procurement Entities should keep register/s of suppliers and contractors and update them at least annually by open advertisement; The Procuring Entity shall use Standard Documents approved by NPA, wherever available. Authority GOSL Foreign Funde d Funde d Proje cts Proje cts MPC (minor committee), following Shopping Procedures for Works by inviting not less than five sealed quotations, from < Rs. 5m < Rs. 5m ICT AD registered contractors, closing at pre-disclosed deadline and public bid opening. 1. For supply a) b) c)
MPC (minor committee), following Shopping Procedures for Goods and Services by inviting not less than five sealed quotations, from registered suppliers closing at pre-disclosed deadline and public bid opening. DPC (minor committee) and PPC (Minor Committee), following Shopping Procedures for Works by inviting not less than five sealed quotations from ICT AD registered contractors closing at pre-disclosed deadline and public opening. DPC (minor committee) and PPC (Minor Committee), following Shopping Procedures for Goods and Services by inviting not less than five sealed quotations, closing at pre-disclosed deadline and public opening. MPC (minor committee), DPC (Minor Committee) and PPC (Minor Committee),, following Shopping Procedures for Goods by inviting not less than three quotations from registered suppliers closing at pre-disclosed deadline. RPC, following Shopping Procedures for Works by inviting not less than five sealed quotations from ICT AD registered contractors closing at pre-disclosed deadline and public opening. RPC, following Shopping Procedures for Goods and Services by inviting not less than five sealed quotations, closing at predisclosed deadline and public opening. Heads of Sri Lanka Missions abroad (subjected to prior approval from the Secretary to ministry of Foreign affairs) CAO/HD/PD following Shopping Procedures for Works by inviting not less than three sealed quotations. CAO/HD/PD following Shopping Procedures for Goods and Services by inviting not less than three sealed quotations.
41
< Rs. 2m
< Rs. 2m
< Rs. 2 m
< Rs. 3 m
< Rs. 2 m
< Rs. 2 m
< Rs. 1 m
< Rs. 1 m
< Rs. 1 m
< Rs. 1 m
< Rs 100,000
Not exceeding US$ 1,000 per month < Rs. 100,000 < Rs. 50,000
This section is superseded by the Supplement officers in charge of HD may delegate to Regional Heads or 6 issued on 2006-10-05
separate units or sections to purchase goods or services including repairs to motor vehicles and other equipment of smaller value not exceeding Rs. 5,000 per event per day. Total of such purchasers during any calendar month should not exceed Rs. 20,000 < Rs. 5,000 < Rs. 5,000
42
Commonly used methods of procurement include International Competitive Bidding (ICB), National Competitive Bidding (NCB), Limited International Bidding (LIB), International and National Shopping, Direct Contracting and Force Account.
Contract packaging, scheduling and choice of procurement methods are all interlinked. In most cases, arriving at the procurement plan requires iterative adjustments in all three of these aspects. It is impossible, for example, to think about what contract packaging would be appropriate without having in mind how this affects the choice of procurement method and the time that will be needed to carry it out.
43
ICB for Works contract with prequalification may needs 16-20 months procurement lead time and Works contracts without prequalification may needs: 8-12 months. Similarly ICB for Goods contract may require 8-10 months of lead time.
44
NCB in Foreign Funded Project may be used,: with the agreement of the Foreign Funding A gency; and by allowing foreign contractors or suppliers to Bid on same terms with the domestic contractors or suppliers; by not giving preference to domestic bidders or approved societies etc; and by considering registration in appropriate category under the national registration system of ICTAD as equivalent experience and qualification criteria described in the Bidding document
45
46
a)
PROCUREM ENT GUIDELINE REFERENCE: 3.4 SHOPPING Shopping is a an appropriate procurement method for procuring frequently used: readily available off the shelf Goods of small value; small value (any way not exceeding Rupees 5 m) commodities for which specifications are standard small value (any way not exceeding Rupees 5 m) Works or Services telephone or verbal quotations are not acceptable
b)
These Procurements are confined to limits and authority specified under Guideline. The PE may: i. ii. publish a notice for inviting applications for registration of suppliers; and After evaluating the past experience and other qualifications such as capacity of the applicant, by a committee consisting of not less than three members appointed by the head of the PE, prepare a list comprising names of suppliers who are able to supply particular categories of Goods and Services such as stationery, electrical items, motor vehicle repairs, periodicals and publications etc.. The registered list of suppliers should be updated periodically at least once a year. Remove any supplier or contractor who has not responded twice for an invitation to submit a quotation or performed unsatisfactory under any contract previously awarded. The selection is based on comparison of price quotations obtained from several invited Bidders appearing on the registry. When the appropriate authority is satisfied, in the case of supplies of Goods that sufficient number of reputed vendors are registered in the Yellow Pages and Rainbow Pages, quotations may be invited from those lists. Requests for quotations shall be addressed to firms borne in a register of suppliers and shall indicate; the description and quantity of the Goods; time and place of delivery, and warranties
c)
iii.
d)
e)
f)
g)
When shopping procedures are used for Works, request for quotation shall be only from ICTAD registered contractors and the minimum number of quotation shall be as indicated in 2.14.1;
The comparison of quotations shall follow NCB principles wherever applicable. The terms of the accepted offer shall be incorporated in a purchase order.
47
PROCUREM ENT GUIDELINE REFERENCE: 3.5 & 3.6 DIRECT CONTRACTING AND REPEAT ORDERS (a) Direct contracting is a means of Procurement of Goods or Services or Works from a single supplier source. (b) It entails no competition and shall be used only under exceptional circumstances. (c) This method is appropriate under the following circumstances: (i) when the prices or rates are fixed pursuant to legislation by regulatory bodies; (ii) standardization of equipment, to be compatible with existing equipment, may justify additional purchases of the same type of Goods (Repeat Order); in such purchases; the number of such items in the new Procurement shall generally be less than 50 % of the existing number; the price shall be reasonable where no benefit can be gained from competition, the advantages of another make or source of considered. Where extension of an existing contract is necessary as works are already underway and were procured through competitive procurement procedures described in the Guideline; (iii) the required equipment is proprietary and obtainable only from one source (such as proprietary software, text books, spare parts, defense items) and no alternative equipment or products with equivalent performance characteristics are available; (iv) the process design requires the purchase of critical components or materials from a particular supplier as a condition of a performance guarantee. (d) When direct contracting is used under any of the reasons above, the value of the Procurement shall be subjected to the upper limits given under Guideline 2.14.1 (e) Under no other circumstances direct contract shall be awarded to any supplier or contractor without the approval of the cabinet of ministers. When repeat order procurement is done following Guideline 3.6, the CAO should satisfy personally with the justification given. When Repeat Orders procurement method is used it should be under the authority level of the Procurement Committee who was involved in the original procurement. Where appropriate, PE should inquire into the prices paid by other recent purchasers of goods or examine recent contracts of a similar nature, to determine the fairness of the quoted price for direct or repeat order procurement. Any differences in the quantities ordered or delivery requirements should be considered when comparing prices. The contractors or suppliers hired by direct contracting must be qualified to perform the works or supply of goods on time, meeting specifications and fulfilling the special requirements of the sole source contract. They should also be required to meet any performance security and warranty conditions that would normally apply in a competitive bidding situation. equipment shall have been
48
PROCUREMENT GUIDELI NES FOR EMERGENCY REHABILITATION AND RECONSTRUCTION OPERATIONS DUE TO DISASTERS
These Guidelines shall be read in conjunction with the latest edition of the Government Procurement Guidelines. Subjected to the conditions described under Guideline 3.8, the PE may use the procedures describe herein. For such situation the following shall take precedence for any discrepancy. (a) A PE may utilize this method of Procurement: (i) in exceptional circumstances, such as manmade or natural disasters; (ii) to meet unforeseen social obligations and such other similar situations which shall be determined and declared by the GoSL as being an emergency situation which warrants Procurements under the provisions contained herein; (b) to initiate Procurements exceeding the financial thresholds stipulated under Guideline 2.14, a formal approval shall be obtained from the relevant authorities at the first available opportunity. For Works contracts not exceeding SLR 25 M illion (Sri Lanka Rupees Twenty Five M illion), the PE may also use any of the following provisions to meet the emergency Procurement requirements: (a) the bidding document will disclose an itemized priced Bills of Quantity based on the Engineers/Consultants estimate; (b) all bidders who participate in bidding will be allowed to bid a percentage above or below the Engineers/Consultants estimate; (c) the lowest Bid price is selected as the winner provided the Bid is substantially responsive otherwise; (d) the bidding period may be reduced to three (03) days in the case of limited bidding by invitation and seven (07) days when open advertisement is used; (e) the concessions given to the suppliers and the contractors in respect to the advance payment/interim payments will be determined by NPA and details will be included in updated circulars as and when required. (f) lump sum contracts shall be used wherever possible, with milestone payments identified at intermediate levels; (g) purchases from government institutions must be given preference.
49
PROCUREMENT GUIDELI NES FOR EMERGENCY REHABILITATION AND RECONSTRUCTION OPERATIONS DUE TO DISASTERS Contract Methods and Determination of Contract award
No single contract shall exceed Rs. 250 m. T he determination of contract award shall be taken by an appropriate Procurement Committee (PC) given below:
Procurement category
Contract Threshold
=> Rs. 250 m = > Rs, 100 m and < Rs 250 m
Procurement Method 21
ICB NCB Limited National Bidding Option 1 Limited National Bidding Option 2 Force Account Direct Contract
Works
= > Rs, 100 m < Rs, 100 m Goods < Rs, 3.0 m < Rs, 1.0 m
For other contracts below the above thresholds, the PE may at its discretion enter in to a formal written agreement. If a formal written agreement is not entered into a purchase order or any other appropriate written document shall be used. The CAO may delegate the signing of the contract agreement as follows: less than Rs. 25 m less than or equal to Rs. 100 m More than or equal to Rs 100 m A senior officer of the PE HD, or PD CAO
21
50
PROCUREMENT GUIDELI NES FOR EMERGENCY REHABILITATION AND RECONSTRUCTION OPERATIONS DUE TO DISASTERS PROCUREMENT METHODS Size of Contracts: A high consideration
shall be given for capacity of the prospective competitors, availability of resources and management of contracts in selecting the size of the contracts.
o o
51
PROCUREMENT GUIDELI NES FOR EMERGENCY REHABILI TATION AND RECONSTRUCTION OPERATIONS DUE TO DISASTERS PROCUREMENT METHODS Limited National Bidding for Works Contracts (LNB)
Limited bidding shall be used for works contracts not exceeding Rs. 10 m. This is essentially similar to NCB. The only difference is no specific advertisement is required for each Procurement. General advertisement calling for applications for registration for emergency operations shall be published in national papers during intervals not exceeding six months. The applicants will be categorized based on the ICTAD grade and specialty. Each categorized list will be numbered on lottery basis. For a particular procurement bids will be invited from minimum of five contractors selected in a transparent manner from the sorted list for relevant specialty and ICTAD grade. Bids should be closed at a day and time disclosed in the bidding document in the presence of the bidders. Bids may be invited under two options: a) For complex works where different construction methods are available, the Bills of quantities (in the case of measure and pay contracts) or Activity Schedule (in the case of lump sum contracts) will be issued to bidders for pricing. Bidding period of 10 days should be given; b) For simple works contracts (not exceeding LKR 10 m), the invited bidders will quote plus or minus percentage above the Engineers Estimate which was disclosed to them with the bidding documents. The bidding period may be limited to 5 days. Bids will be closed at a pre-announced date and time in front of the bidders. Evaluation is based on this percentage.
Whatever option is used the lowest evaluated bidder will awarded the contract. Simultaneously, that bidders name should be excluded from the list. The unsuccessful bidders will be included for the subsequent round of bidding for the next contract under the same Spatiality and Grade. Once an opportunity has been given for all the contractors to bid, the list will be freshly numbered and updated.
52
PROCUREMENT GUIDELI NES FOR EMERGENCY REHABILITATION AND RECONSTRUCTION OPERATIONS DUE TO DISASTERS PROCUREMENT METHODS Schedule of Rates Contracts
Schedule of Rates contracts may be used when quantities are unknown. This option may be used for under direct contracting or in a competitive process. When used in a competitive process, representative quantities should be given to bidders and prices should be valid for a defined time period and location. The rates quoted by the bidders shall be valid for indefinite quantity for a defined time and to a given geographical location
Direct Contracting
Direct contracting without competition (single source) may be used for procurement of works not exceeding Rs. 2.5 m and goods contracts not exceeding Rs 1.0 m under the following circumstances: o An existing contract for goods or works, awarded in accordance with competitive procedures described in this guideline, may be extended for additional goods or works of a similar nature at same prices; Standardization of equipment, to be compatible with existing equipment, may justify additional purchases from the original Supplier. For such purchases to be justified, the original equipment shall be currently suitable, the number of new items shall generally be less than the existing number, the price shall be reasonable, and the advantages\ disadvantages of changing to of another make or source of equipment shall have been considered; The required equipment is proprietary and obtainable only from one source (such as Standard Software, Text Books, Spare parts); Awarding the contract to Community Based Organizations when it has definite advantages over the competitive procedures; and The process design requires the purchase of critical items from a particular Supplier as a condition of a performance guarantee.
Force Account
Works contracts not exceeding Rs. 2.5 m per contract may be executed on force account : o When quantities are difficult to define in advance; o Contractors are unlikely to bid at reasonable prices; o Work should be carried out without interrupting other the on going work; o Emergency situations that needs urgent attention; and o It is customary that under any situation the particular works is carried out on force account
53
PROCUREMENT GUIDELI NES FOR EMERGENCY REHABILITATION AND RECONSTRUCTION OPERATIONS DUE TO DISASTERS TYPES OF CONTRACTS
Works The following types of contracts may be used: o o o Lump sum contracts wherever possible (When quantities can be computed to a higher degree of accuracy prior to issue of bidding documents); BOQ type measure and pay contracts when only approximate quantities are available; Schedule of Rates contracts when quantities are unknown (When this option is used and in competitive process is used representative quantities should be given to bidders and prices should be valid for a defined time period and location); Design and Build type contracts (when contractors design input is economical).
Goods The following types of contracts may be used: o o o Payments on delivery type contracts wherever possible; Supply and install type contracts; Indefinite delivery type contracts when quantities are unknown (When this option is used and in competitive process is used representative quantities should be given to bidders and the prices should be valid for certain time period and define locations).
Advance Payment for Works Contracts When NCB is used an advance payment not exceeding 20% of the contract price (less any provisional sums) may be paid against the submission of an acceptable advance payment guarantee. The advance payment shall be fully recovered when the total value of works completed and billed for reaches 90% of the contract price. For contracts not exceeding Rupees 25 m, an advance payment not exceeding an amount equal to 10% of contract price (less any provisional sums) may be paid to the contractor without a advance payment guarantee, but the contractor submitting a declaration that in case the contractor fail to pay back the advance, he accept that he will automatically be suspended from being eligible for bidding in any government contract. The advance payment shall be fully recovered before 90% of the payments are made to the contractor.
54
PROCUREMENT GUIDELI NES FOR EMERGENCY REHABILITATION AND RECONSTRUCTION OPERATIONS DUE TO DISASTERS TYPES OF CONTRACTS
Advances for purchase of material in Works Contracts: In addition to interim payment from the commencement until the completion of contract, upon request made by the contractor, pay orders may be issued in favour of materials suppliers acceptable to the IA, not exceeding a value of 20% of the remaining works of the contract. The amounts paid for such material supplies shall be deducted from contractors interim payments, Bidding Period: The following minimum bidding periods, counting from the date the bidding documents were made available for sale or the invitation is issued to the deadline for bid submission shall be provided for the bidders to prepare the bids: o NCB, minimum period of 14 - 21 days; o LNB, Option 1, minimum of 10 days; o LNB, Option 2, minimum of 5 days; o Shopping, minimum of 5 days
55
Conditions
o
Assessment
Approved S ocieties:
o Samurdhi Balakayas / Samurdhi Samithi; o Multi Purpose Co-operative Societies; o Co-operative Labour Societies (Labour Service only); o Rural Development Societies; o School Development Societies (T he area of authority is the relevant school premises only); o Farmer organizations approved by the appropriate authorities. o Gramodaya Mandalas & Praja Sanwardhana Samithi (which contribute to the development activities in the Local Government Sector) o Gemidiriya Peoples Companies
Procuring Entity the Society shall provide evidence to shall assess and prove that either: satisfy with the execution (i) they are registered with ICT AD capacity of the under the National Registration Society; Should have been system, for Grade M8 or registered as a higher; or society at least two years prior to (ii) shall submit to the committee the date of for their review: contract award; The works so (a) financial resources in the form entrusted should of bank statements, letters from be within the area of authority banks approving overdraft and purview of facilities etc; the Society; The works (b) past experience on similar entrusted shall works; not be subcontracted (c) a declaration by the society on Total number of the work contracted to them contracts executed by the within the last 3 years and any society at a given uncompleted contracts even if it time should not exceed three; was a warded prior to 3 years The aggregate (giving name of contract, value of the balance portion location, client, contract value of the contracts and current status); and already awarded and the value of (d) a declaration by the society, the proposed that the work will not be contract should not exceed subcontracted. should not exceed Rs. 2 m;
Direct contracting to community organization may be awarded under Foreign Funded Project, provided the procedures proposed are outlined in the loan Agreement.
56
Registration Procedure
The registration shall be revised periodically, but at least once in two years; GA/ DS, giving wide publicity invite applications for registration; Evaluation of applications received is done by a committee chaired by GA/DS and comprises of Divisional Secretary of the area and one other member qualified in civil construction works; By following 1 and 2 above a registered list of contractors is selected for the DSD; Evaluation of applications shall be done by considering, experience and past performance on similar contracts, capabilities with respect to personnel, equipment and financial. Once the list is finalized, it should be circulated among all the State Agencies within the District. There should be a declaration from the contractor that he/she has not registered in any other DSD.
When approved societies competing with other contractors, during the bid evaluation the societies may be given a preference of 5% above the other contractors.
57
In a two-stage process, the PE prepares a first stage bidding document with functional performance specifications, rather than detailed technical specifications. In response, bidders offer technical proposals [may be with a price proposal (recommended) in a separate envelope or without a price proposal as instructed by PE]. The PE then: assesses the suppliers qualifications; evaluates the technical proposals; indicates to the suppliers precisely what must be done to make their bid technically responsive.
Following the first stage evaluation, the PE prepares the memoranda of changes for each bidder and may prepare addenda to the bidding documents, including revisions to the technical requirements made in the light of the first stage technical evaluation, and initiates the second stage bidding process. During the second stage bidding process, bidders offer amended bids containing their final technical proposal and a financial proposal (if a financial proposal was obtained at first stage (recommended), a supplementary financial proposal. The PE then evaluates the combined proposals (technical and financial) according to the method specified in the bidding documents. The advantages of the two-stage process include the ability of the PE, during the first stage, to interact extensively on technical matters with bidders than is permissible in a onestage process. In this way, PE can learn from the market and adapt its requirements. In addition, a two stage process allows PE to, in the first stage, state its requirements in more general functional terms than the detailed functional and technical requirements necessary to carry out a one-stage process. By knowing the bidders and their technologies prior to the second stage, this reduces the burden of preparing detailed functional and technical requirements which are so comprehensive that they can accommodate the entire universe of potential technical proposals. One-stage processes are most appropriate for relatively straight - forward procurement of fairly standard technologies and ancillary services. In contrast, the additional capacity to review technical proposals, revise technical requirements and interact directly with the suppliers during the first stage make the two stage process much more suitable for the procurement of goods such as complex information systems and procurements which involve extensive technical services.
58
The envelope containing the technical proposal is evaluated first. The substantial responsiveness of the bid is checked at this stage. If any bid is found to be non responsive (including not complying with critical functional requirements) will be rejected. The substantial responsive bids may be further evaluated and if required, a point system disclosed in the bidding documents may be used. If a point system is used there should be a disclosed minimum points for any bidder to get qualify. The second envelope of the bidders who failed to obtain minimum points will not be opened. The bid price is the major criteria in goods and works procurement. Therefore to select the lowest evaluated bidder two methods may be used. The first method may be used when the PE is satisfied with any bid that qualifies with the evaluation of the technical proposal. In this case the financial proposal of the bidders who have qualified should be opened in their presence and the lowest evaluated price is selected.
The second method should be selected only under very special circumstances, where the PE wishes to give merits for different technical proposals. Weightings can be given to the technical proposal and financial proposal. If this method is used under no circumstances the weighting given to financial bid should not be less than 80%.
59
60
Pre-Qualification
Prequalification of Bidders Prequalification is generally required for large and complex works, turnkey plants, Private Sector Infra Structure Projects, some special goods and complex information technology systems. Use of Prequalification Prequalification is aimed at ensuring that only contractors and suppliers who have the required experience, technical and financial resources bid for a contract. Prequalification screens potential bidders and is designed to provide the following benefits: o Unqualified bidders save the cost of bid preparation which results in lower overhead costs to them and, therefore presumably lower bid prices in the long run, to the benefit of the PE; o Leading contractors and suppliers are more likely to bid knowing that competition is confined to only those qualified. This is also to the benefit of the PE; o The scale of interest by potential bidders can be measured, affording the opportunity to revise bidding conditions as necessary to develop adequate competition; o The evaluation of only bids from qualified bidders may result in time and cost savings to the PE, as well as a reduction (or elimination) of the threat of pressure being applied by marginally or unqualified bidders for their low prices to be considered; o A preliminary indication of a contractors eligibility for domestic preference in civil works contracts is given; and o The creation of appropriate joint ventures is encouraged; However, prequalification has some potential disadvantages: o It may increase procurement lead time, although this can be minimized by good procurement scheduling, e.g. undertaking the process while bid documents are in preparation; The PE is required to review all prequalification applications whereas with post qualification, the PE would only review qualifications of one bidder; and Names of all prequalified bidders are known in advance of bid submission, making it easier for bidder collusion and price fixing to occur.
o o
Prequalification should not be used to limit competition to a predetermined number of potential bidders. All applicants who have the qualifications to perform the proposed contract should be prequalified and bidding documents made available to all those who prequalified. No upper limit should be imposed on the number of prequalified potential bidders, but, if the prequalified applicants are too few to ensure competition, a reassessment of the situation can be carried out. This includes: o further advertising for prequalification submission; o extension of the deadline for applications; o review of the proposed contract conditions to reduce contractors risks; and o improvement of advance mobilization payments.
61
(cont)
Pre-Qualification
The PE may also review prequalification requirements but should not lower them merely to increase competition. Setting of standards/requirements at different well defined levels may be justified when a contract is divided into several smaller, less complex contracts, and bidding is on a slice or package basis. After prequalification, prequalified bidders are invited to submit bids which are eventually evaluated. The PE is required to award the contract to the bidder offering the lowest evaluated responsive bid. The PE should request bidders to confirm and update essential prequalification information at the time of bid submission. The lowest apparent evaluated responsive bidder may be denied the contract if evaluation of the updated information indicates that the bidder, no longer possesses the necessary capabilities. This could occur because of changed financial situation, loss of equipment or key personnel, or lack of capacity because of new contract commitments on the bidders part. Advertising for Prequalification Advertisements and invitations for prequalification should have the following information: o o o o o a brief description of the goods and works to be procured; the contract conditions; who is financing the project; eligibility requirements for potential bidders, suppliers and contractors; and the time and place where prequalification documents can be obtained.
Prequalification documents should enlarge on the information provided in the notification advertisement and contain a description of: o o o o o o o o o o o o the proposed procurement; the estimated value of the contract and major quantities of work; location of the work; eligibility requirements including, eligibility requirements for domestic preference; abbreviated specifications and conditions of contract; delivery or implementation schedules; requirements for bid and performance securities; how the project is to be financed; payment terms; price adjustment provisions; other information in sufficient detail to enable bidders, suppliers or contractors to assess their interest and respond appropriately; and the name and address of the PE.
62
(cont)
Pre-Qualification
For purposes of evaluating the applicants, the prequalification documents should include a questionnaire, requiring applicants to respond to direct questions as well as to complete a series of forms. The information solicited and the number of forms to be filled should be the minimum essential required to make an objective decision as to the bidders capabilities. The PE should avoid requesting excessive form-filling, testimonials, affidavits from bidders former or current clients, notarized documents and any other non-essential documents and information which will deter some of the qualified firms from applying. Properly designed and completed, the questionnaire should provide the PE with a good framework for evaluation, while encouraging applicants to provide full pertinent details on their capabilities Prequalification for Multiple Contracts Prequalification can also be used for a package of contracts essentially similar in type and size. Under these circumstances, applicants can be prequalified for a specific or single contract, combinations of contracts or the entire package. The prequalification document should thus describe the package and the slices, and the criteria required for bidders to meet the qualification requirements for slices, groups of slices or the whole package. The applicant should be asked in the prequalification documents to indicate the contracts for which it wishes to be considered. Basis of Prequalification Prequalification should be based entirely upon the technical, managerial and financial capabilities of prospective bidders to perform the particular contract satisfactorily, their past performance and litigation history. The PE should evaluate bids from suppliers and contractors in a manner that takes into consideration the period over which the contract will be executed and known commitments of the bidder over that period. Where the prime contractor proposes to use the services of major specialist subcontractors, their names and experience should also be solicited. However, the PE should not require applicants to furnish particulars of suppliers of minor sub-contractors, particularly if their incorporation in the procurement of, for example, a works or industrial plant will take place many months into the contract. The PE should avoid rigid statements in the prequalification documents to the effect that applicants who do not answer all questions or submit all required information shall be disqualified. The expression may be disqualified is preferable, as it provides flexibility. It is also not in the PEs interest to reject applications of qualified applicants on the basis of trivial or narrow interpretations of prequalification submissions. However, the PE should reject incomplete applications. Prequalification of Joint Ventures Special conditions apply when the applicant for prequalification is a joint venture formed by two or more firms. It is essential that the prequalification documents state clearly the conditions applying to joint ventures, and to any change in its membership after prequalification and to subsequent bidding by the joint venture. The following conditions are recommended for this purpose:
63
(cont)
Pre-Qualification
(a) No firm or individual partner of the joint venture is allowed to submit or to participate in more than one bid and the Borrower should reject any bid submitted in violation of this rule; (b) Applications submitted by a joint venture must meet the following requirements: o each partner in the joint venture must submit the complete documentation required of a firm applying for individual prequalification; o the prequalification application must confirm that if after prequalification the applicant should submit a bid, then: that bid as well as (in case of an award) the resulting contract would be signed so as to be legally binding on all partners jointly and severally, and, a joint venture agreement providing that joint and several liability of all partners in respect to the contract would be submitted together with the bid; o the application must include a description of the proposed participation and responsibilities of each partner of the joint venture; o the application must include a statement of proposed capital contribution of each partner, and the sharing out of profits and losses among the parties; o the percentage participation in the joint venture of each of its members (in terms of the corresponding value of the contract) must not exceed each members capacity in terms of each of the qualifying criteria; and o the application must designate one of the partners, as the partner in charge through whom any correspondence between the applicant and the Borrower will be channeled. (f) The PE must approve in writing any formal agreement for a proposed joint at the time of prequalification and any changes to a prequalified joint venture. After prequalification there should be no new joint ventures formed. The PE should not approve any changes in prequalified joint ventures if they would in the PEs opinion result in: o a substantial reduction of competition; o the inclusion of a firm which had not previously been prequalified (either individually or as a part of another joint venture); or o acceptance of the joint ventures qualifications below the minimum requirements stated as acceptable in the prequalification documents. Procedural Requirements for Prequalification The PE may issue prequalification documents free of charge or for a reasonable fee. Prequalification documents should specify the submissions required, such as completed questionnaire forms and supporting documents and their number and the deadline for their submission. They should also contain a clear statement on the criteria for evaluation of prequalification applications. The anticipated period for evaluation, usually 30 to 60, days and the method of notification to all applicants of the results should be indicated in the documents. The PE should not consider prequalification applications received after the time stipulated. The PE should also make a formal acknowledgment of receipt of the prequalification proposals. Bids should be invited as soon as possible after completion of prequalification. For very large projects, It is encouraged to hold a prequalification conference, including a site visit, in order that potential bidders assess conditions first hand.
64
(cont)
Pre-Qualification
Evaluation of Prequalification Applications The evaluation of prequalification application should be based on compliance with quantifiable rly identified minimum thresholds, which establish the capability of an applicant to carry out the contract sfactorily. Applicants are prequalified if they meet all the required criteria on a pass/fail basis or on a disclosed point The criteria should also be objective; ambiguous requirements such as general reputation, or operativeness or irrelevant ones are not acceptable. Generally used parameters for evaluation criteria are as follows: Financial Resources: Demonstrating availability of the financial means to fully finance the estimated contract cash flow for a specified period of N months, net of requirements for other known commitments over the period of construction. N is determined as the time, from the end of the month being invoiced, required by the PE to pay the contractor, including the time needed by the Engineer to issue the interim/monthly certificate, plus two months. (A straight line cash flow is assumed, neglecting any advance payments and retentions.) Personnel Resources: Having a pool of experienced staff capable of performing the key functions required for the project, from which contract personnel will be drawn. The prequalification document should list the essential functions, and the number of years of relevant experience of the personnel to be detailed in the submission. At least two staff members for each essential position should be available. The PE should avoid using words such as qualified or licensed as well as university degrees, unless they are essential for a specific function. Equipment Resources: Having available specialized equipment essential for the execution of the contract. The list should be limited to highly specialized or heavy equipment which would be critical to the execution of the contract, and cannot easily be purchased, hired or leased in the market, or readily manufactured for the task. Normal construction equipment (scrapers, bulldozers, loaders and tip trucks) which can normally be bought leased or hired off-theshelf should not be listed, unless there are particular circumstances which would make access to them difficult. An applicant can be prequalified subject to certain conditions that must be fulfilled before such applicant is allowed to bid or to be awarded the contract. Typical conditions might require: o submission of additional information; o a revision of a joint venture agreement; o hiring of experts in specialized areas; or Conditional prequalification is also appropriate where a potential increase in the work-load of the applicant could significantly alter its ability to undertake the prospective contract. If the PE doubts the accuracy or completeness of a prequalification application, the applicant should be requested to provide verification or supplement earlier provided information. PE may also contact references cited in the applications for information required. Applicants for prequalification are required to provide the PE with authorization to do so, in their prequalification applications. The PE should also check the litigation and arbitration history of prequalification applicants, in order to ensure that there are no judgments or decisions that create liabilities that affect the applicants ability to perform the contract.
65
66
4.4
S trategic Considerations Procurement planning is much more than just choosing which procurement methods to use for various goods, works and services contracts and when to schedule activities. These are important parts of planning but are closer to the end of the process than the beginning. Before reaching this stage, a number of more fundamental decisions should have been made first. The starting question is: What are the most effective procurement arrangements for achieving project objectives, in compliance with the Procurement Guidelines? The following paragraphs deal with these subjects in the general order in which they need to be addressed in procurement planning. Procurement planning is not a linear process but rather an iterative procedure that should explore various options. Quite different levels of planning detail will be appropriate for different situations. Whatever the situation or the effort and detail that goes into the procurement planning, the results must be reviewed and updated throughout the life of the project. Estimates of time requirements, assumptions about institutional capacity, changing priorities and other factors will require plan adjustments. The need for changes does not invalidate the plan; it simply emphasizes that planning is a dynamic process rather than a static picture. Preparing the Plan The conventional approach is to start by compiling a list of all known goods, works and services needed to complete the project. This list then becomes the basis for deciding how these items should be combined or divided into contract packages, what method of procurement should be used for each, and the scheduling for procurement activities. Even this seemingly straightforward preparation of the list of needs already implies a strategic decision about how procurement and contracting will be done. Contract Packaging The objective in contract packaging is to group the procurement requirements in such a way as to ensure economy and efficiency in processing and the delivery of the right goods and services at the right time for the project. The first obvious step in grouping -unless this is a turnkey project -- is to separate needs into goods, works and services
67
categories. Normally contracts will be awarded within a single category, although there are exceptions: certain types of plant equipment, for example, are always procured on a supply and install basis where goods delivery and related installation services are combined in a single contract.
Capabilities of S uppliers and Contractors The ability of suppliers of goods and services to meet project needs and the likely interests of foreign bidders to participate in a project are some of the factors to be considered when making contract packaging decisions. If there are well established domestic civil works contracting and goods supply capabilities, the scope and sizes of contract packages should be set in such a way that permits domestic firms to compete effectively. However, if there are reasons of economy or efficiency in choosing larger contract packages or if it is known or believed that foreign bidders participation is advantages, these should be the determining factors in contract packaging and sizing.
Slicing of contracts If there are domestic and foreign interests and capabilities to supply project procurement needs, it may be possible to meet both of these by appropriate sizing and timing of contract awards. Works contracts for roads, drainage canals, etc., may be divided into individual packages that can be handled by domestic bidders and then inviting bids for many of these packages at the same time (slicing and packaging). A domestic contractor can bid for one or many slices it can handle, and a large foreign bidder can bid for many or all slices in the entire package, offering a discount if all or a specified number are awarded to it. A similar approach and results can be achieved in goods contracts by making the basic bid lots conform to domestic bidding capacities and then awarding contracts for a number of lots in the same bidding process, thereby allowing larger suppliers to offer discounts in the case of multiple contract lot awards. All bids shall be received by the same closing date and opened and evaluated simultaneously so as to determine whether the bid or combination of bids offered is the lowest evaluated cost.
Approval from the relevant Procurement Committee However, splitting of a large Works and Goods Procurement, which would normally fall under the purview of a Procurement Committee with a higher limit of authority merely for the purpose of accommodating it under a Procurement Committee with a lower level of authority shall be considered as highly irregular and an attempt to circumvent the due process. However, if splitting up is deemed necessary for legitimate reasons, it should be approved by the Procurement Committee that would have been vested with due authority to carry out such Procurement prior to splitting. 68
Any Procurement that will lead to other downstream Procurement/s such as selection of consultants for design Works and the contractors for construction Works shall be aggregated and the appropriate Procurement Committee shall be selected. Choice of Procurement Methods As can be seen from the above, contract packaging, scheduling and choice of procurement methods are all interlinked. In most cases, arriving at the procurement plan requires iterative adjustments in all three of these aspects. It is impossible, for example, to think about what contract packaging would be appropriate without having in mind how this affects the choice of procurement method and the time that will be needed to carry it out. The details on selection of method of Procurement are given under Chapter 3 of this manual. Plan Presentation The results of procurement planning must be presented in the format provided Plan Monitoring and Updating During project execution the original procurement plan should be regularly monitored and updated. The purpose is to see how actual performance compares with the planned activities and to make changes in the plan if necessary. The respective PCs, in consultation with the PE should review procurement performance regularly. If slippage occurs in the award or execution of one major contract, it may require rescheduling of other related contract awards and deliveries of products. Objective of Plan Monitoring Rather than faultfinding, the objective of plan monitoring is to: o gain better understandings of what causes delays or changes in plans, o maintain efficiency in procurement operations, and o improve forecasting and planning for other similar operations. Note that this monitoring is distinct from the post-reviews and audit activities, in that it is concerned with how the procurement plan is carried out with regard to timing, packaging and suitability of methods rather than the quality of decision-making or the economy and correctness of results. Both types of activities are needed to give a complete picture of procurement performance.
69
. Prepared by
Date:
70
GOODS
Other S ervices
CIVIL WORKS
Schedule Actual Actual Actual Actual Actual Actual Actual 1 App: CATB & TEC Prep: Bidding Documents 2 3 4 NOL from FFA 5 Pre: PQ Applications 6 Scruting PQ Applications 7 8 NOL FFA 9 10 11 Select pre Qualified Bidders 12 App: Pre Qualified Bidders by CATB 13 NOL 14 FFA Invite Bids 15 Clarific./ Pre- Bid Confere. 16
Schedule
Schedule
Schedule
Schedule
Schedule
Schedule
Schedule
Actual
71
Respond to Clarifica. 17 18 19 20 21 22 23 24 25 26 27 28 Bid Receved/ Bid Operning Tech. Eva. Fin. Eva. Final Eva. Recmm by CATB NOL from FFA Cab: Approval Con: Award Con: Signed Complete Works / Goods/ Service Delivered Contract No. Amount Name of the Contractor Remarks
Procurement23
Construction24
Total
More than 3,000 Between 3,000 Between 2,000 Between &1,000 Between 500 Between 250 Between 100 Between 2,000 & 1,000 &. 500 250 & 100 & 25m & 5 & 25
More than 60 55 52 48 40 35 28 20 15 6 4
22 23 24
The periods may vary with complexity of construction See details in next chart In the case of supply contracts the time period depending on the nature of supply
72
PROCUREM ENT GUIDELINE REFERENCE: 4.2.3 TIME FRAME FOR PROCUREMENT ACTIONS WITH PRE-QUALIFIC ATION25 ALL VALUES ARE GIVEN IN RUPEES MILLION & Periods are in weeks
More than Between
3,000 Scrutinize PQ application form and approval by TEC26 Invitation for PQ Issue PQ Applications Evaluate PQ applications by TEC27 Scrutinize bidding document and approval by TEC28 Issue of bidding documents Closing of bids Evaluation by TEC Review of TEC recommendation by PC Appeal Procedure/Determinatio n by PC29 Approval of the Cabinet of ministers30 Issue of Letter of Acceptance Contract agreement Signature 3
25 & 100 1
1 4
1 4
1 4
1 4
1 4
1 4
1 4
1 12 12 2 4 4 1 4
1 10 10 2 4 4 1 4
1 8 9 2 4 4 1 4
1 6 8 2 4 4 1 4
1 6 6 2 4 4 1 2
1 6 4 1 4 4 1 2
1 3 3 1
1 2
25 26 27 28 29 30
Preparation of PQ application and preparation of design/bidding documents not included Add two weeks days for concurrence from foreign funding agency (i f required) Add two weeks for concurrence from foreign funding agency (i f required) Add two weeks for concurrence from foreign funding agency (i f required) If required If requi red 73
3,000 2,000 & 1,000 & 500 & 250 & 100 & 3,000 2,000 1,000 500 250 Scrutinize bidding documents and approval by TEC32 Invitation for Bid Closing of bids Evaluation by TEC Review of TEC recommendation by PC Determination by Procurement Committee33 Appeal Procedure 34 Approval of the Cabinet 35 Issue of Letter of Acceptance Contract agreement Signature 3 3 3 2 2 2
25 & 100 1
5& 1& 25 5 1 1
1 12 12 2
1 10 10 2
1 8 9 2
1 6 8 2
1 6 6 2
1 6 4 1
1 4 4 1
1 3 2 1
1 3 2 1
2 4 4 1 4
2 4 4 1 4
2 4 4 1 4
2 4 4 1 4
2 2
2 2
1 2
1 2
1 2
1 2
1 1
31 32 33 34 35
Preparation of PQ application and preparation of design/bidding documents not included Add two weeks days for concurrence from foreign funding agency (i f required) Add two weeks for concurrence from foreign funding agency (i f required) If required If require
74
(Contd.)
75
2006
S R A S R A S R A S R A
PROCUREMENT METHODS** ICB International Competiti ve Bidding LIB Limited Internati onal Bidding LNB Limited N ational Bi dding NCB National C ompetiti ve Bidding NS IS DC FA National Shoppi ng International Shopping Direct Contracti ng Direct labour
V23
e.g. Means action item V, Bid Evaluation is scheduled on 23 rd day of May 2006
V15
2007
e.g. Means action item V, Bid Evaluation was actually completed on 15 day of Jun, 2006
e.g. Means action item E, advertising for PQ is Scheduled on 10 day of Feb 2006. 10, 2007 E10
2006
2007
PRE-QUALIFIC ATION ACTIONS** A * Prepare PQ applicati on doc ument B Appoint PC and TEC C * Approve PQ doc ument by TEC D E F H Concurrenc e from funding agenc y Advertise for pre-qualificati on Iss ue PQ applications Eval uati on of PQ application by TEC B L M N
Bidding Process Action** Appoint Tender Boar d/ TEC Preparation of bi d documents Approve bidding doc ument by TEC Concurrenc e from funding agenc y T U V Iss ue minutes /Addendum Recei ve Bids Bid Evaluation Contract Award determination C onc urrence from funding agenc y Apeeal Procedure
W
X Y
O Iss ue i nvitati on to bid P Issue bidding documents Q Clarifications and pre-bi d conferenc e R Prepare minutes and addendum if any S C onc urrence from funding agenc y
76
& 4.3.2
Direct Construction Costs (DCC) Cost of feasibility studies, investigations and other related costs; Preliminary design and detail design costs;
o Large Projects ( say > Rs 300 m ) 2 % of DCC o M edium Projects ( say > Rs 100 m) 3 % of DCC o Small Projects ( say < Rs 100 m) 3 % of DCC Preliminary Drawings, Designs, Specifications and Bills of Quantities shall be available with the Procuring Entity
77
Suggested Amount (percentage of construction cost) 15% If project is phased 12% 7% 5% 4% 3% 2% 1 1/2 % or planned for a longer duration than the periods given under Guideline number 4.2.2 higher price contingencies may be used
> Rs 500 m Rs. 300 m Rs. 500 m Rs. 100 m Rs. 300 m Rs. 50 m Rs. 100 m Rs. 20 m Rs. 50 m Rs. 10 m Rs. 20 m Rs. 2 m Rs. 10 m < Rs 2 m
For procurement not exceeding Rs. 100 m the TCE shall be sanctioned by the Head of the Department and all other TCEs by the Secretary to the Line ministry, unless otherwise any one of the following is done. a) for Foreign Funded Procurement, if included in the latest procurement plan agreed with the Foreign Funding A gency; or b) for GOSL funded Procurement if included in the latest annual procurement plan approved by Secretary to the line M inistry. Updating TCE If considerable time is taken to invite bids after preparation of the initial TCE, the TCE shall be updated, taking in to consideration inflation and other factors and shall be sanctioned by the respective authority. When a contract is awarded to a contractor who is not registered for VAT, necessary steps shall be taken to revise the TCE accordingly and to utilize the funds provided in the TCE .
78
79
Works
Measure & Pay Lump Sum Design & Build Supply and install
Goods
Custom Design Supply, install, Commissioning and Maintenance X X X X X
Services
Invitation to Bid Instruction to Bidders Bidding Data Conditions of Contract Contract Data/Special Conditions Speci fications Employers Requirements Drawings/Sketches Bills of Quantities Activity Schedule Schedule of Requirements Form of Contract Price Schedules Form of Bid Sample Security Forms/ Advance Payment Guarant ee Forms36
X X X X X X
X X X X X X
X X X X X
X X X X X
X X X X X
X X X X X X X
X X
X X
X X
X X X X X X X X X X X X X X X
X X X X X
X X X X X
36
Only if applicable
80
ICTAD/SBD/02
ICTAD/SBD/03
ICTAD/SBD/04
Where no relevant SBDs have been issued, the Procuring Entity may use other documents with the concurrence of NPA.
NPA/SBD/** ICTAD/SBD/**
ICTAD/SBD/**
81
82
(Cont)
Invitation for bid shall contain sufficient information required for the prospective bidders to make a decision in participation of bidding or not. The following may be such useful information: (a) (b) (c) (d) (e) (f) (g) (h) (i) (j) Scope of work and description of major components; Source of funds in the case of foreign funded contract; Name and address of the PE; M ain eligibility, experience and qualification requirements; M ethod of procurement (ICB, NCB etc.); Applicability of any domestic preference; How to inspect bidding documents; Dates, place/s and manner of collecting bidding documents; Amount of fees and method of payment; How to obtain further clarification (include name and designation of the officer, postal address, telephone number, fax number and e-mail address; (k) (l) Bid security requirements; Deadline and place of submission of bids.
83
84
85
- Eligibility and Qualification Requirements for Successful Bidder The Invitation to Bid shall contain appropriate and relevant information to the prospective bidders. In addition to basic information on procurement it should contain main eligibility and qualification requirements of the successful bidder. The Procuring Entity shall use the appropriate criteria for the particular procurement. To use post qualification procedure, the bidding document should contain a questionnaire on qualifications similar to which would have been used in a pre-qualification document. The criteria for post qualification should be clearly set out in the bidding document. Wherever appropriate and practicable, the minimum qualifications (such as ICTAD registration for works contract) should be listed in the invitation for bids, to provide guidance for potential bidders as to whether in their own judgment they are qualified to award the contract. For works contracts, the criteria already used by ICTAD for registration purposes need not be repeated as post qualification criteria. The post qualification criteria should not be set out to eliminate a qualified bidder but should be aimed to verify the adequacy of experience and qualifications of the lowest evaluated bidder. If sufficient information is not available with the bid the PE may obtain additional information from the bidder to verify the experience and qualifications, provided such information is historical and factual. Some post qualification criteria that are being generally used are: A: Works Contracts: (a) For high rise buildings, in addition to appropriate ICTAD registration may require experience in construction of high rise buildings; (b) Experience as a main contractor in the construction of at least one or two (specify one/two) works of a similar nature and complexity equivalent to the proposed work over the period of last 10 years /5 years (select) to comply with the above requirement works cited should be at least 70 % complete; (c) Arrangement of cash flow for the proposed construction. M ay request documentary evidence for three months cash input, However, restrictive requirements such as bank facilities exclusively for the proposed work should be avoided; (d) Proposal for timely acquisition (own, lease. hire etc.) of the key equipment; (e) Contract management staff with specified qualification and experience B: Goods Contracts: (a) M anufacturers authorization to demonstrate that the bidder is duly authorized to supply the `goods; (b) Able to carry out maintenance, repairs and spare parts stocking of the equipment offer; (c) Financial capability to supply goods; (d) Past experience in supply of similar goods [the bidder should have supplied (insert as appropriate).. numbers of similar equipment over the period of last (insert as appropriate) ... Years.] (e) In obtaining printing services by a procuring entity, to eligible for contract award the service provider shall submit a copy of the declaration made before a magistrate in accordance with the provision of section 2(1) of the printing press ordinance along with the bid documents. Failure to submit the above shall be a reason for rejection of the bid. 86
18 24 12 9 9 6 12 9 12 9
M2 M3 M3 M3 M4 M5 M6 M7 M8 M9
0.7
87
(Cont)
To eligible for contract award a domestic construction contractor37 should have a valid registration under National registration system of ICT AD at the time of submission of bid. Main Contractors Re gistere d by ICTAD Spe cialize d Contractors registe re d by ICTAD Grade Amount38 (in Rs.) Spe cialties Grade Amount39 (in Rs.) Spe cialties M1 M2 M3 M4 M5 M6 M7 M8 M9 M10 M1>= 300 m 150 m =< M2 < 300 m 50 m =< M3 < 150 m 20 m =< M4 < 50 m 10 m =< M5 < 20 m 5 m =< M6 < 10 m 2 m =< M7 < 5 m 1 m =< M8 < 2 m M9 < 1 m M10 < 500,000 o Buildings o Highways o Bridges o Water Supply & Drainage o Irrigation & Land Reclamation EM 2 EM 3 EM 4 EM 5 F1 F2 F3 F4 5 m =< EM2 < 10 m 3 m =< EM3 < 5 m 1 m =< EM4 < 3 m EM5 < 1 m F1 > 3 m EM 1 Ele ctrical & Me chanical Se rvices EM1 > 10 m o Steel Fabrication o Air Conditioning and Refrigeration o Security System / Fire Engineering o Electrical Engineering (Low tension) o Electrical Engineering (High tension) o T elecommunication
P1 P2 P3
Finishing Trade s o Interior Decoration o Landscaping o Floor Finishes (Specify) 1 m =< F2 < 3 m o Carpentry and Joinery 0.5 m =< F3 < 1 m o Aluminum Work (specify) F4 < 10 m o Plumbing Piling P1 > 3 m 5 m =< P2 < 10 m P3 < 5m
37 38 39
Domestic Bidder means an entity holding more than 50% by nationals of Sri Lanka Registered Annual Capacity Registered Annual Capacity
88
147
175
119
147
119
147
91
119
91
119
91
119
77
77
77
77
63
63
63
63
Less than 2
49
49
49
49
89
Bid Security
Bid security is required to assure compensation to the PE for the time and money loss if the successful bidder fails to honour his bid and enter in to a contract. Bid security is generally not be required when shopping procedure is used. The bidding document should specify the type of bid security required. Option 1 For the above purpose, as one of the first options, the Procuring Entity may require the bidders to sign and submit a declaration in the format given in this manual, accepting that the bidder will be suspended for a specified period, from being awarded contracts by Procuring Entities as defined in the Procurement Guidelines, if the bidder fails to fulfill any of the requirements given in the declaration form. In the event of default of any of such conditions by a bidder, it shall be reported to the NPA promptly. The NPA shall suspend the defaulted bidder for the period of time, from being eligible for award of contracts by PEs, irrespective of the source of funding. Option 2 As the second option, the Procuring Entity has the option of obtaining a Bid security in the format given in this manual. The amount of the bid security should not be too high to discourage the bidders. A lump sum equivalent of 1% to 2% of the estimated amount shall be used. Such Bid Security shall be irrevocable and unconditionally encashable upon the first written request from the Procuring Entity. The amount of bid security should be a fixed sum. Requesting a percentage is strongly discouraged. The bid security should be valid for a sufficient period than the validity of the bid. This additional period should be about 14 days more than the time period given for the successful bidder to submit a performance security from the acceptance of the bid. If the requirement of the submission of a bid security is specified in the bidding document all the bidders, without any exception shall submit a bid security for the required amount and format. The bid securities issued by the following agencies are acceptable provided the bid security is furnished without a critical departure to the format given in this manual with respect to the amount validity and payment of guaranteed amount upon receipt of first demand in writing. A bank operating in Sri Lanka; A bank based in another country but the guarantee confirmed by a bank operating in Sri Lank; Construction Guarantee Fund; Insurance Agencies: As a another option for smaller value contracts or a refundable cash deposit, generally 0.5% to 1% of the estimated amount may be obtained 90
BID GUARANTEE No.: ---------- [insert (by issuing agency) number] We have been informed that --------- [insert (by issuing agency) name of the Bidder; if a joint venture, list complete legal names of partners] (hereinafter called "the Bidder") has submitted to you its bid dated --------- [insert (by issuing agency) date](hereinafter called "the Bid") for the execution/supply [select appropriately] of [insert name of Contract] under Invitation for Bids No. ----------- [insert IFB number] (the IFB). Furthermore, we understand that, according to your conditions, Bids must be supported by a Bid Guarantee. At the request of the Bidder, we --------------- [insert name of issuing agency] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ------------ [insert amount in figures] ---------- [insert amount in words]) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder: (a) has withdrawn its Bid during the period of bid validity specified; or (b) does not accept the correction of errors in accordance with the Instructions to Bidders (hereinafter the ITB) of the IFB; or (c) having been notified of the acceptance of its Bid by the Employer/Purchaser during the period of bid validity, (i) fails or refuses to execute the Contract Form, if required, or (ii) fails or refuses to furnish the Performance Security, in accordance with the ITB. This Guarantee shall expire: (a) if the Bidder is the successful bidder, upon our receipt of copies of the Contract signed by the Bidder and of the Performance Security issued to you by the Bidder; or (b) if the Bidder is not the successful bidder, upon the earlier of (i) our receipt of a copy of your notification to the Bidder that the Bidder was unsuccessful, otherwise it will remain in force up to ------ (insert date) Consequently, any demand for payment under this Guarantee must be received by us at the office on or before that date._____________________________ [signature(s) of authorized representative(s) ]
92
93
95
96
ADVANCE PAYMENT GUARANTEE No.: --------------------------We have been informed that --------------- [name of Contractor/supplier] (hereinafter called the Contractor) has entered into Contract No. ------------- [reference number of the contract] dated ---------------- with you, for the ----------- (insert construction or supply) of ----------------- [name of contract and brief description] (hereinafter called "the Contract"). Furthermore, we understand that, according to the conditions of the Contract, an advance payment in the sum ---------------- [amount in figures] ( ----------------) [amount in words] is to be made against an advance payment guarantee. At the request of the Contractor, we --------------- [name of issuing agency] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ----------- [amount in figures] (--------------) [amount in words]1 upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation under the Contract. The maximum amount of this guarantee shall be progressively reduced by the amount of the advance payment repaid by the Contractor. This guarantee shall expire, Insert the date, 28 days beyond the expected expiration date of the Contract Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date. ___________________ [signature(s)]
The Guarantor shall insert an amount representing the amount of the advance payment and denominated either in the currency(ies) of the advance payment as specified in the Contract. 97
The retention guarantees issued by the following agencies are acceptable provided the gurantee is furnished without a critical departure to the format given in this manual with respect to the amount validity and payment of guaranteed amount upon receipt of first demand in writing. A commercial bank operating in Sri Lanka; A bank based in another country but the guarantee confirmed by a bank operating in Sri Lank; Construction Guarantee Fund; Insurance Agencies: The PE should note that in the event of an extension of the defects liability period of the Contract, the PE would need to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee.
98
--------------------
Contractor") has entered into Contract No. -------------------- [reference number of the contract] dated -------------- with you, for the execution of ----------------- [name of contract and brief description of
Works]
Furthermore, we understand that, according to the conditions of the Contract, when the works have being taken over and the first half of the Retention M oney has been certified for payment, payment of the second half of the Retention M oney may be made against a Retention M oney guarantee. At the request of the Contractor, we -------------- [name of Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ------------[amount in figures] ( -------------) [amount in words]1 upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation under the Contract because the Contractor has not attended to the defects in accordance with the Contract.. This guarantee shall expire, at the latest, --------------- [insert 28 days after the end of the defects liability period]. Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date. ___________________ [signature(s)]
The Guarantor shall insert an amount representing the amount of the second half of the Retention Money or or if the amount guaranteed under the Performance Guarantee when the Taking-Over Certificate is issued is less than half of the Retention Money, the difference between half of the Retention Money and the amount guaranteed under the Performance Security and denominated either in the currency(ies) of the second half of the Retention Money as specified in the Contract, or in a freely convertible currency acceptable to the Employer. 99
Performance Security
Works (a) Works shall require a performance security of not less than five percent (5%) of the estimated contract sum to safeguard the PE in case of breach of contract by the Contractor. (b) This security shall be provided by a performance guarantee issued from an acceptable agency, and valid till twenty eight (28) days beyond the intended completion date. Goods (a) In contracts for the supply of Goods, the need for performance security depends on the market conditions and commercial practice for the particular kind of Goods. (b) Suppliers are required to provide a performance guarantee to safeguard the PE against non performance of the contract. (c) Such security in an appropriate amount of not less than 10% (ten percent) of the estimated contract sum may also cover warranty obligations. (d) If warranty obligation is a requirement a percentage of the payments may be withheld as retention money to cover such obligations and any installation or commissioning requirements. This performance guarantee shall be provided in the format given in this manual and shall valid till 28 days beyond the scheduled completion of works or the supply of goods. The Performance Guarantee issued by the following agencies are acceptable provided the guarantee is furnished without a critical departure to the format given in this manual with respect to the amount validity and payment of guaranteed amount upon receipt of first demand in writing. A commercial bank operating in Sri Lanka; A bank based in another country but the guarantee confirmed by a bank operating in Sri Lank; Construction Guarantee Fund; Insurance Agencies: The PE should note that in the event of an extension of the Time For Completion of the Contract, the PE would need to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee.
100
(cont)
We have been informed that ----------------- [name of Contractor/Supplier] (hereinafter called "the Contractor") has entered into Contract No. --------------- [reference number of the contract] dated ------------- with you, for the -------------- [insert construction/ Supply] of ------------------ [name of contract and brief description of Works] (hereinafter called "the Contract"). Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is required. At the request of the Contractor, we ---------------- [name of Agency] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of -----------[amount in figures]
(--------------) [amount in words], such sum being payable in the types and
proportions of currencies in which the Contract Price is payable, upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation(s) under the Contract, without your needing to prove or to show grounds for your demand or the sum specified therein. This guarantee shall expire, no later than the . day of , 20.. [insert date, 28 days beyond the scheduled contract completion date] and any demand for payment under it must be received by us at this office on or before that date. _____________________ [signature(s)]
101
102
Liquidated Damages
Provisions for liquidated damages or similar provisions in an appropriate amount shall be included in the conditions of contract when delays in the delivery of goods, completion of works or failure of the goods or works to meet performance requirements would result in extra cost or loss of revenue or loss of other benefits to the PE.
In an exceptional circumstances PE may consider to include provision for a bonus to be paid to suppliers or contractors for completion of works or delivery of goods ahead of the times specified in the contract when such earlier completion or delivery would be of benefit to the PE. However, if bonus provision is included the amount of liquidated damages should be considerably more than the bonus amount.
103
Dispute Resolution
All disputes arising out of contract agreements should be dealt in accordance with the provisions of Arbitration Act No. 11, 1995 of Sri Lanka (unless otherwise required by the a foreign funding agencys where the successful bidder is of foreign national),. A separate clause to this effect should be included in the bidding documents as well as in the contract agreement
Subject to the provisions of the Arbitration Act, the Rules of Arbitration of the International Chamber of Commerce (ICC) or the United Nations Commission on International Trade Law (UNCITRAL) or any other set of acceptable rules is recommended for usage.
104
SPECIFICATIONS
Precise and clear specifications are prerequisite for bidders to respond realistically and competitively to the requirements of the PE without qualifying or conditioning their bids. The specification must be drafted to permit the widest possible competition, and at the same time make a clear statement of the required standards of workmanship to be provided, standard of plant and other supplies and performance of the goods and services to be procured. Only if this is done will the objectives of economy, efficiency and fairness in procurement be realized, responsiveness of bids ensured, and the subsequent task of bid evaluation be facilitated. For the goods, plant and other supplies to be incorporated in the works, the specification should require that they be new, unused, and of the most recent or current models and they incorporate all recent improvements in design and materials unless provided otherwise. For works contracts, a clause setting out the scope of works is often included at the beginning of the specifications, and is customary to give a list of drawings. Where the contractor is responsible for the design of any part of permanent works the extent of his obligations must be stated. In the case of procurement of goods or the supply and installation of plant and equipment, reference or brand names, catalogue numbers or other details that limit any materials or items to a specific manufacturer should be avoided as far as possible. Where unavoidable, such item description should always be followed by the wordssubstantially equivalent. Technical specifications in this instance should be descriptive and give the full requirements in respect of, but not limited to, the following: Standard of materials and workmanship required; Details of factory tests required (type and number); Details of all work required to achieve completion; Details of all precommissioning and commissioning activities to be performed by the contractor; and Details of all functional guarantees required and liquidated damages to be applied in the event that such guarantees are not met.
Sample of specifications from previous similar procurements are useful in this respect. Care must be taken in drafting specifications to ensure that they are not restrictive. For wide range of works ICTAD has issued specifications. NPA will issue specifications for limited category of goods. PE shall use such specifications to the extent possible.
105
106
107
Only to allow sufficient time for the preparatory works; any shall not exceed 30 minutes from deadline for submission of bids Only to allow sufficient time for the preparatory works; any shall not exceed 30 minutes from deadline for submission of bids.
108
ATTENDANCE AT BID OPENINGBID OPENING MIN UTES Title of Procurement Date: Time: Location: We the undersigned were present at the bid opening of the above procurement A: Bidders Representatives: Name of Representative
1. 2. 3. 4. 5. 6.
Bidders Name
Signature
Signature
Observation criteria (a) Is outer envelope of bid sealed? (b) Is bid form completed and signed? (c) Any Substitution, Withdrawal, or M odification submitted* (d) Any alternative bid made**: (e) Additional comments***: * Describe
** Describe
*** Describe
110
(Cont)
1. 2. 3.
41
If di fferent currencies are involve indicate them separately using an additional different currency indicate the proportion/s using an additional row 42 Discount offered; comments/objection by bidders, deviations on requirements 43 If all items/lots will be awarded to one bidder B, C etc not required 44 If di fferent currencies are involve indicate them separately using an additional different currency indicate the proportion/s using an additional row 45 Discount offered; comments/objection by bidders, deviations on requirements 46 If all items/lots will be awarded to one bidder B, C etc not required 47 If di fferent currencies are involve indicate them separately using an additional different currency indicate the proportion/s using an additional row 48 Discount offered; comments/objection by bidders, deviations on requirements 111
112
& 7.5
Refusing to grant extension of bid validity of their bids: and Absorbing any cost increases that might occur during such extensions
(bidders are not allowed to increase their bid prices as a condition of extending the validity of their bids). Due to the above reason a bidder who has submitted a low bid may refuse to extent their bid validity resulting additional cost to the PE. Hence the extension of bid validity should be requested only under exceptional situation. To encourage the PCs and TECs to expedite the contract award within the original bid validity period, the payments to PC and TEC members are linked to time taken for evaluation.
113
115
(Cont)
documents whose effect on the bid price is substantial but cannot be given a
116
(Cont)
117
(Cont)
If the deviation is acceptable, the monetary value of the minor deviation should be determined and loaded to the bid price. If on the other hand, the deviation offered is not acceptable for an eventual contract, the deviation should be classified as major and the bid rejected. (h) Subcontracting: The bidding document for works contract should indicate to what extent subcontracting is permitted and whether the proposed subcontractor has to be named in the bid. Any bid not complying with this stated requirement may be considered as non responsive and grounds for rejection. If the bidding document did not contain any statement regarding the permissible extent of subcontracting, the PE should review the extent of subcontracting of major works by the bidder and if found as excess to effect the main responsibilities of the bidder, the bid may be considered as non responsive. 118
(Cont)
equipment offered, availability of material in the market are considered as non responsive. Debatable Deviations: There may be some deviations which do not appear to consider at first sight as a major departure but at the same time cannot be considered as a minor departure either. In some cases it may be considered as major whereas in some other cases it may be considered as minor. However, if it is specifically mentioned in the bidding document such deviations are reason for rejection or the applicable procurement guideline does not allowed to accept such departures, then the bid should be rejected. Otherwise the PE may consider such deviation as minor and bid may be considered for further evaluation. In such situation the bid evaluation report should contain a statement, justifying considering such departures as minor deviation. Some of the examples for debatable deviations are as follows: (a) Requesting different amount of advance and other payment terms (including liquidated damages and retention): If such proposals are accepted the additional cost that will be incurred by the PE should be loaded to the bid price for evaluation; In the case of advances and payment stages the additional cost may the respective interests and in the case of liquidated damages and retention it may be the maximum amounts specified in the bidding documents for liquidated damages and retention respectively. (b) Proposed changes in construction period which is not critical: Similarly if such proposals are accepted the additional cost (may include additional rentals, supervision cost, effects to liquidated damages) that will be incurred by the PE should be loaded to the bid price for evaluation;
(c)
Omissions of minor works or items included in the scope of work; if such omissions are acceptable there cannot be any effect to the balance works or items if the omitted items or works are procured differently.
119
120
121
(Cont)
122
(Cont)
iii.
(c) Adjustment to bid prices for omissions; In many cases, bidders will present their bids without quoting to certain items, accidentally or deliberately. Regardless of the reason such omissions should be quantified in money terms whenever possible, to permit direct comparison with other bids, provided such omissions were considered as minor deviations during the preliminary examination of bids. Generally for works contracts, instructions to bidders will include clauses, if a bidder fails to quote for any item in bills of quantities the bidder will not be paid by the PE for such items when executed and shall deemed covered by the rates of other items and prices in the bills of quantities. In that case no further adjustment is needed during the bid evaluation. If such provision is not included, in the case of omission of one or more items from the bid, rather than rejecting the bid entirely and if it is already considered as substantially responsive during the preliminary examination, the bid price should be loaded for the comparison purposes. To that effect surrogate prices for these items may be obtained from printed price lists if available or the average of several other bids for the corresponding items should be used rather than the lowest and highest figures.
123
(Cont)
124
(Cont)
The follow-on cost such as fuel, spare parts, maintenance cost and depreciation costs should be discounted to net present value. (h) Conversion to common currency; In order to minimize the foreign exchange risk for bidders in certain procurement (specially in ICB procedures) the bidders are allowed to bid in foreign currencies. This results in bids being presented in a wide variety of currencies which must be converted to a single common currency, generally to Sri Lankan Rupees. These conversions are made using the mean selling rates established for similar transactions by the Central Bank of Sri Lanka on the specified date. In works contracts mostly used method is to specify that all the bidders should price the bid in Sri Lankan Rupees and to specify the percentages in different currencies. In some works contracts and in supply contracts it is customary that the bidders are allowed to quote proportions in different currencies for the same item. In that situation it is customary for the bidders to instruct to quote local expenditure in Sri Lankan Rupees. In both the methods all such foreign money percentages should be converted to Sri Lankan Rupees using the base conversion date specified in the bidding documents.
125
(Cont)
126
(Cont)
127
(Cont)
(l)
After sales Services Where after sales services is to be used as an evaluation factor, the criteria for its evaluation should be included in the bidding documents. Since a monetary value for after sales services is inpracticable, non monetary criteria must be devised to measure the services proposed by different bidders. Provided that the criteria for the evaluation of the after sales services offered by different bidders are set forth in the bidding documents, all bids complying with the minimum standards established should be considered on equal basis, unless the bidding documents provide otherwise, including the bids submitted by bidders offering to establish new facilities providing to the level of service specified. If required the quality of service offered can be evaluated by using a point system in which different factors are rated. Such factors could be proximity of service facilities to the location where equipment will be installed, number and level of expertise of available staff, level of spare parts stock, duration of service etc. If such detailed evaluation is to be undertaken, the factors to be evaluated and the minimum requirements should be specified in the bidding documents
128
(Cont)
If these reviews would account for the discrepancy three alternative conclusions may be reached. Bid is reasonable under given circumstances and should be accepted; If the bid prices are marginally low the bidder shall be requested to prove to the satisfaction of the PE, how the bidder intends to procure such items/perform the Works/provide the Services as per the quoted rates, for such purposes the bidder may be asked to provide a rate analysis; If the PE is of the view that the justification/explanation provided by the bidder is unacceptable, and hence the bidder would fail in the performance of his obligations within the quoted rates, a higher performance security may be requested to mitigate such risks; If the bidder refuses to provide such additional performance security, his Bid shall be rejected. Aspect of bidding documents are suspected to be the likely cause; all bids may be rejected and initiate re-bidding with modified bidding documents.
(n) Rejection of all bids Bidding documents usually carry provision for the rejection of all bids received. However, rejection of all bids shall be done only under exceptional circumstances and can be justified when there is: lack of effective competition; or no substantially responsive bid received; inadequate competition; all bid prices were unreasonably high and substantially above the PEs budget provision; bidding documents found to be defective; The requirements of the PE has changed
129
(Cont)
Alternate Bids
If bidders are permitted to submit alternative bids it shall be clearly stated in the bidding document.
ii) Alternative bids submitted by a bidder, shall be considered as a separate bid and it shall be supported with an independent form of bid and bid security. However, the alternative bid shall not be considered for the purpose of evaluation. iii) If the original Bid submitted by the Bidder is considered as the lowest evaluated and substantially responsive Bid, the bidders alternative Bid will be compared with his original Bid.
iv) Under no circumstance an alternate bid shall be accepted at a higher price than the bid
price of the original bid.
130
POST QUALIFICATION
Post qualification is suitable for use in the procurement of goods and works contracts, which are not complicated where pre-qualification does not offer much advantage. Postqualification is a distinct step in bid evaluation. In the absence of pre qualification, the postqualification verification of bidders is important. Postqualification involves determination by the PE that the bidder, supplier or contractor submitting the lowest responsive evaluated bid, has the capability and the capacity to perform the contract. If this bidder fails to demonstrate the necessary experience and capability to carry out the contract, the bid is rejected and the next lowest evaluated bidder is subject to postqualification. Postqualification requirements are in principle similar to those for prequalification, but bear mainly on the technical and financial resources available for fulfilling the contract. Qualifications of the lowest evaluated bidder are scrutinized using data submitted by the bidder as well as information gathered by the PE. The bidding documents should contain a questionnaire on qualifications similar to that which the PE would use in a prequalification document. The criteria for postqualification should be clearly set out in the bidding documents. Only those criteria which are set forth in the bidding documents should be used in determining a bidders qualifications. When practical and appropriate, the minimum qualification requirements should be listed in the Invitation for Bids, to provide guidance to potential bidders as to whether in their own judgment they are qualified to submit bids. It should also indicate the pertinent factors that will be analyzed by the PE in arriving at the determination whether or not the bidder is qualified. The information and the documentations required to be submitted by bidders should also be specified.
Financial data that bidders should provide with their bids may include: a bankers statement; statements of business accounts; and statement of overall business turnover in three previous financial years. Performance data for goods may include: information on similar deliveries in the last three years; description of competence of the bidders technical personnel; and certification by official quality control institutes.
131
POST QUALIFICATION
For works contracts, performance data may include: i) information on similar works undertaken in the last five years; ii) whether the bidder has the necessary equipment or access to the equipment needed for the works contract; iii) whether he has the personnel and manpower to undertake the works; and iv) if he is aware of the testing procedures to endure that the works can perform the purpose for which they were procured. A distinction should be made between the qualification of the bidder and those of the manufacturer if the bid is submitted by a party other than the manufacturer, such as an importer, a trader, an agent, who will act as the supplier and sign the contract. The bidding documents should require such bidders to submit a statement by the manufacturer certifying that the bidder is authorized to offer goods manufactured by him and that the manufacturer will assume all warranty obligations. The failure of a bidder to submit all the information and documentation specified in the bidding documents is generally regarded as a minor deviation provided such information is historical and factual.
132
In addition the evaluation report should include narrative section in which any information not suitable for presentation in the form of tables, together with any supplementary information necessary for a complete understanding of all the factors considered during bid evaluation.
133
134
LETTER OF ACCEPTANCE (SAMPLE FORMAT) - CONSTRUCTION CONTRACT Prior to contract award the PE should ensure that budgetary provision is confirmed to meet the cost of contract. Thereafter, the Letter of Acceptance shall be issued within the validity period of the bid, and no sooner the final decision of contract award is completed. This Letter of acceptance should be free from any new conditions. This should essentially state the sum that will be paid to the contractor by the Employer in consideration of the execution and completion of construction as prescribed in the contract. The issuance of this letter constitutes the formation of the contract. The Letter of Acceptance should be sent to the successful bidder only after evaluation of Bids and after obtaining approval from the relevant authorities. The following sample format may be used as a template and should be modified to suit the situation. The Procuring Entity is required to select only the applicable information or modify such information to suit . [LETTER HEADING PAPER OF THE PROCURING ENTITY] To: -------------------------------------------- [name and address of the Contractor] --------This is to notify you that your bid dated ----------- [insert date]for construction and remedying defects of the ----------------------------- [name of the Contract and identification number] for the Contract price of --------------[name of currency 49]------------[amount in figures and words] as corrected in accordance with Instructions to Bidders and/ or modified by a M emorandum of Understanding50 , is hereby accepted. The adjudicator shall be -------------------------------------------------------- [ name and address of the Adjudicator, if agreed] /shall be appointed by the appointing authority 51. You are hereby instructed to proceed with the execution of the said Works in accordance with the Contract documents. The Commencement Date shall be: (fill the date as per Conditions of Contract). The amount of Performance Security is : (fill the date as per Conditions of Contract). The Performance Security shall be submitted on or before ... (fill the date as per Conditions of Contract). Authorized Signature : n
49
If multiple currencies are involved indicate amounts under each currency separated with the word and between them
Delete "corrected in accordance with ITB and/or " or "and/or modified by a Memorandum of Understanding", if not applicable Delete whichever inapplicable or delete both if not applicable
50
51
135
52 53
Delete inapplicable If multiple currencies are involved indicate amounts under each currency separated with the word and between them
Delete "corrected in accordance with ITB and/or " or "and/or modified by a Memorandum of Understanding", if not applicable
54
136
Department,
directors, as appropriate Up to Rs. 100 m Head of Department, Project Director or an officer to whom the authority is appropriately or as delegated by Secretary to line ministry or Board of Directors as appropriate. Up to Rs. 500 m Secretary to the Line M inistry or Additional Secretary if delegated by Secretary to the Line M inistry M ore than equal to Rs. 500 m Secretary to the Line M inistry
For any contract less than the amount specified above, the Procuring Entity may at its discretion enter into a formal contract. If a formal written agreement is not signed, a purchase order or any other appropriate written document shall be used.
137
Defaulting Contractors/Suppliers
Data Base of Defaulting Contractors/Suppliers - NPA. (a) In every case involving a contract exceeding the value of SLR 5,000,000 (Sri Lanka Rupees Five M illion), the NPA will maintain a data base of defaulting contractors/suppliers which would be updated regularly. The names of defaulting contractors/suppliers will also be published in its website. (b) The NPA will issue half-yearly, a list of such defaulting contractors/suppliers to all Line M inistries for circulation among departments/corporations under their purview. (a) The PEs should not award any contracts to any contractors/suppliers, as long as their names remain in this data base. The placement of a defaulting contractors/suppliers name in the NPA website is merely for the purpose of informing PEs that they must refrain from dealing with such parties, until such time their names are removed from the data base at the sole discretion of the NPA and is not intended to imply any moral delinquency on the part of such contractor/supplier.
Default on Bid S ecurity When a bid security declaration is requested with the bid and any particular bidder fails to fulfill any of the conditions in the bid security declaration (namely does not accept the arithmetical errors as described in the instruction to bidders, fail to submit a performance security before the time period given or refuse/fails to execute the contract agreement the PE shall promptly inform the NPA of such failure, with relevant details using the following format.
DEFAULT ON BID S ECURITY Name of the Procuring Entity Address of the Procuring Entity Contact person including telephone, Fax numbers Title of the Procurement Name of the Bidder Address of the Bidder
Bid Value Bid closing date Original Bid validity date Extended Bid validity Date (if any) Contract Award date Summary of the nature of the default (should include copies of all relevant correspondents, and explained the proceedings in chronological order starting from close of bids with dates) 138
139
VARIATION TO CONTRACTS
The variations to contracts during the implementation stage cause very high burden on the PE and to the Government. If the contribution from the variation to the final contract sum is high it will dilute the procurement process that was carried out when awarding the contract. Therefore PE must ensure that all professional and human efforts are taken to minimize this situation. Variations are mainly due to change of scope and quantity variations. To minimise variations due to change of scope the PE should get a comprehensive briefing from the persons who are involve in design, whether they are internal or external consultant before inviting bids. In case the aggregate variation exceed more than the contingency amount, and the PE requires approval for the varied amount the PE is required to certify that the PE was briefed as above, and whether the change of scope was identified after the contract award or the persons who have involved in design would have foreseen. In the latter case the approving authority may require to obtain a statement from such persons and PE must forward the same. To minimize variations due to inaccurate quantities or omissions in the BOQ, it is recommended that before the start of preparation of bidding documents, PE should obtain a certificate from the persons who have prepared the BOQ that a second person has checked the BOQ for its accuracy and completeness. It is also highly recommended that when Type structures or buildings are constructed, to compare the BOQ with the final measurements made to such Type structure or building before finalizing the BOQ. Despite all the above, if the aggregate amount of the variations (due to quantity changes and extra works orders issued), is within the contingency provision (which should be 10% maximum) the HD/PD may approve the change order. Otherwise, the HD/PD should take necessary steps to revise the TCE. If the aggregate amount of variation as computed above is still within the 5% limit of the original TCE, the CAO, if he is satisfied with the variation and by obtaining the assistance of a TEC appointed by him may approve the variation. If the aggregate amount of variation as computed above is more than or equal to 5% of the original TCE, and if the CAO is satisfied with the variation, the variation should be approved by the appropriate PC assisted by the appropriate TEC. For this purpose the appropriate committees should be decide on the basis of revised TCE and not necessarily the committees that handled the original procurement.
140
VARIATION TO CONTRACTS
If the aggregate amount of the variations (due to quantity changes and extra works orders issued), is exceeding the contingency provision (which should be 10% maximum) the HD/PD shall obtain the approval from the CAO before issuing such variation orders. HD/PD may use the following format. 1. Amount of the original TCE Rs. 2. Original Contract Price 3. Percentage of Contingencies provided in the TCE 4. Aggregate variations (including changes in quantities) to-date. Amount: Percentage from the original contract price 5. What is/are the reason/s for current variation/s? (tick as one or both as appropriate) Tick below Amount/s Quantity error in the BOQ Rs. Change of Scope Rs. Sub total Rs. Variations issued to-date (from 4 above) Rs. Aggregate variations with the current Percentage of the aggregate from the original TCE
Note: If the aggregate amount of variation as computed above is still within the 5% limit of the original TCE, the CAO, if he satisfy with the variation and by obtaining the assistance of a TEC appointed by him may approve the variation. If the aggregate amount of variation as computed above is more than or equal to 5% of the original TCE, and if the CAO is satisfy with the variation, the variation should be approved by the appropriate PC assisted by the appropriate TEC. For this purpose the appropriate committees should be decide on the basis of revised TCE and not necessarily the committees that handled the original procurement.
Rs.
Rs.
6. If the current variation/s is due error in BOQ, explanation from the officer who was responsible in preparing the original BOQ: (use attachments) 7. If the current variation/s is due change in scope, explanation from the procuring Entity on why it was not foreseen at the design stage: (use attachments) Signature Date
141
NO
YE S
PT S M EE TING
NO
Y ES
P RE BID M EE TIN G
IS SUE AD DEN DA
PC DE T ERMIN ATION
OP EN FO R APP EAL
YES APPE AL S ?.
FIN AL AW ARD
142
143
144
145
146
147
148
149