09.02.2013 Views

Butabika supply of equipment report

Butabika supply of equipment report

Butabika supply of equipment report

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

REPORT ON THE ALLEGED IRREGULARITIES IN THE TENDER TO<br />

SUPPLY MEDICAL EQUIPMENT AND SPECIALISED FURNITURE<br />

FOR BUTABIKA NATIONAL REFERRAL HOSPITAL<br />

PREPARED BY<br />

THE PUBLIC PROCUREMENT AND DISPOSAL OF<br />

PUBLIC ASSETS AUTHORITY (PPDA)<br />

NOVEMBER 2005


Public Procurement and Disposal <strong>of</strong> Public Assets Authority<br />

CONTENTS PAGE<br />

CONTENTS .......................................................................................................................................... 1<br />

LIST OF ABBREVIATIONS / ACRONYMS ..................................................................................... 2<br />

1.0 INTRODUCTION .................................................................................................................. 3<br />

2.0 BACKGROUND .................................................................................................................... 3<br />

3.0 OBJECTIVES ......................................................................................................................... 3<br />

4.0 SCOPE .................................................................................................................................... 4<br />

5.0 METHODOLOGY ................................................................................................................. 4<br />

6.0 FINDINGS ............................................................................................................................. 5<br />

7.0 CONCLUSIONS ...................................................................................................................11<br />

8.0 RECOMMENDATIONS .......................................................................................................12<br />

Supply <strong>of</strong> Medical Equipment and Specialized Furniture Investigation Report<br />

1


Public Procurement and Disposal <strong>of</strong> Public Assets Authority<br />

LIST OF ABBREVIATIONS / ACRONYMS<br />

ADB African Development Bank<br />

CC Contracts Committee<br />

GOU Government <strong>of</strong> Uganda<br />

MOH Ministry <strong>of</strong> Health<br />

NACME National Advisory Committee on Medical Equipment<br />

PDU Procurement and Disposal Unit<br />

PPDA Public Procurement and Disposal <strong>of</strong> Public Assets Authority<br />

Supply <strong>of</strong> Medical Equipment and Specialized Furniture Investigation Report<br />

2


1.0 INTRODUCTION<br />

Public Procurement and Disposal <strong>of</strong> Public Assets Authority<br />

The Public Procurement and Disposal <strong>of</strong> Public Assets Authority (PPDA) received<br />

complaints from some <strong>of</strong> the bidders (Ms. Gathercrest Ltd and Ms. Intercross Agencies)<br />

alleging possible irregularities in the tender. The Authority in compliance with section 8<br />

(a) <strong>of</strong> the PPDA Act, 2003 instituted a review into the whole tendering process. PPDA<br />

commenced the investigation on 27 th October 2005.<br />

Specific complaints included:<br />

- Unfairly failing some <strong>of</strong> the bidders on grounds that were not initially required in<br />

the bid document;<br />

- Biased evaluation (failing bidders on areas that were included in the bid<br />

submissions);<br />

- Irregularities in the bidding process.<br />

2.0 BACKGROUND<br />

The Government <strong>of</strong> Uganda (GOU) received a loan from African Development Bank<br />

(ADB) for various activities funded under the Support to Health Sector Strategic Plan<br />

Project (SHSSPP). Part <strong>of</strong> the loan was for <strong>supply</strong> <strong>of</strong> specialized medical <strong>equipment</strong> and<br />

specialised furniture for <strong>Butabika</strong> National Mental Referral Hospital, Six Regional<br />

Mental Health Units and 32 Health Units.<br />

International competitive bidding was used to call for bids for all eligible providers in<br />

member countries as defined in ADB’s rules <strong>of</strong> procedures for procurement <strong>of</strong> goods and<br />

works.<br />

Bids were invited on 16 th February 2005 for lots 1, 2 and 3 <strong>of</strong> medical <strong>equipment</strong>;<br />

specialized medical furniture; and <strong>of</strong>fice furniture and <strong>of</strong>fice <strong>equipment</strong> respectively.<br />

Bids were delivered to Head <strong>of</strong> the Procurement and Disposal Unit, <strong>Butabika</strong> Hospital<br />

before 10:00 am on 19 th April 2005 and thereafter opened at 10:30 am same day. Bidding<br />

period <strong>of</strong> 60 calendar days from the date <strong>of</strong> publication as required by the Bank was<br />

complied with (clause 3.20.1 <strong>of</strong> ADB rules <strong>of</strong> procedure for goods and works). Bid<br />

opening procedures that require bids to be closed and opened publicly on the same day,<br />

were complied with (clause 3.32 <strong>of</strong> ADB rules <strong>of</strong> procedure for goods and works).<br />

Both ADB rules <strong>of</strong> procedure on procurement <strong>of</strong> goods and PPDA procurement rules and<br />

regulations were applicable in this procurement.<br />

3.0 OBJECTIVES<br />

- To find out whether the entity unfairly failed some <strong>of</strong> the bidders on grounds that<br />

were not initially required in the bid document;<br />

- To review the evaluation <strong>report</strong> and establish whether there was biased evaluation<br />

and failing bidders on areas that were included in their bid submissions;<br />

- To investigate the alleged irregularities in the bidding process.<br />

Supply <strong>of</strong> Medical Equipment and Specialized Furniture Investigation Report<br />

3


4.0 SCOPE<br />

Public Procurement and Disposal <strong>of</strong> Public Assets Authority<br />

The scope <strong>of</strong> the investigation was limited to the following procurements:<br />

i) Lot 1- SHSSPP/018/2005, Medical Equipment<br />

ii) Lot 2- SHSSPP/018/2005, Specialized Medical Furniture<br />

iii) Lot 1- SHSSPP/018/2005, Office Furniture and Office Equipment<br />

The investigation covered the review <strong>of</strong> the following processes:<br />

• Tender document focusing the qualification requirements and evaluation criteria;<br />

• Notices and invitations to bid;<br />

• Record <strong>of</strong> bid purchases;<br />

• Records <strong>of</strong> bid submission and bid opening;<br />

• Bid proposals;<br />

• Minutes <strong>of</strong> the Contracts Committee;<br />

• Nomination and approval <strong>of</strong> the Evaluation Committee;<br />

• Bid evaluation <strong>report</strong>;<br />

• Record <strong>of</strong> approvals and bank’s no objection;<br />

• NACME minutes on the review <strong>of</strong> the evaluation <strong>report</strong>;<br />

• And a few other relevant documents related to this procurement.<br />

5.0 METHODOLOGY<br />

The investigation method included:<br />

Conducting interviews with the following:<br />

- Accounting Officer, <strong>Butabika</strong> National Referral Hospital;<br />

- Head, PDU;<br />

- Chairman, Evaluation Committee;<br />

- Chairman NACME;<br />

- The Project Manager, SHSSPP;<br />

- Bidders (Jos Hansen’s Representative).<br />

Analysis <strong>of</strong> the following documents that were provided by the entity:<br />

- Bid documents;<br />

- Minutes <strong>of</strong> the pre- bid meeting;<br />

- Clarifications by the entity;<br />

- Bid proposals submitted;<br />

- ADB rules <strong>of</strong> procedure for goods and works;<br />

- Contracts Committee file;<br />

- Record <strong>of</strong> receipt <strong>of</strong> bids and bid opening;<br />

- Evaluation <strong>report</strong>;<br />

- Minutes <strong>of</strong> NACME on the review <strong>of</strong> the evaluation <strong>report</strong>;<br />

- Letters <strong>of</strong> complaints (Intercross Agencies Ltd and Gathercrest Ltd);<br />

- Approvals and letters <strong>of</strong> no objection.<br />

Note: Attempts to have the complainants interviewed was fruitless. They sent letters<br />

identifying the areas they wanted the investigation to focus.<br />

Supply <strong>of</strong> Medical Equipment and Specialized Furniture Investigation Report<br />

4


6.0 FINDINGS<br />

Bidding process<br />

Public Procurement and Disposal <strong>of</strong> Public Assets Authority<br />

The advert for this procurement was published in the New Vision and the Monitor <strong>of</strong> 16 th<br />

February 2005 and the closing date was 19 th April 2005. Adequate bidding time was<br />

given to the bidders as required by PPDA and ADB rules. Thirty four (34) providers<br />

purchased bids for lot 1, thirty three (33) for lot 2 and twenty four (24) for lot 3. Bidders<br />

who returned the bids were fourteen (14) for lot 1, thirteen (13) for lot 2 and ten (10) for<br />

lot 3.<br />

The following companies purchased bids<br />

No. Lot 1 Lot 2 Lot 3<br />

1. Meditec Meditec Kramer Industry Ltd<br />

2. Kramer Industries Ltd Kramer Industry Ltd Prime Impex 2001 Ltd<br />

3. Medical Export Group Dragados Nina Interiors<br />

4. Symphony Nairobi Crown Agents Kitchen Office<br />

5. Surgipharm (U) Ltd Shrurik Ltd Kazinga Channel<br />

6. Makiber Dragados California Global Medinet H.C Ltd<br />

Trading<br />

7. Crown Agents John Achelis Central Trading Co.<br />

8. Shurik Ltd Medinet H.C Ltd New Technology<br />

9. California Global Trading Reddy’s Pharma Ltd Field York Int. Ltd<br />

10. Medinet Health Care New Technology MJ Medical<br />

11. Reddy’s Pharma Ltd Field York Int. Panama Enterprises<br />

12. New Technology Gathercrest Ltd Sino Africa Medicines<br />

13. Field York Int. Ltd Globe Corporation GM Tumpeco<br />

14. Achelis (U) Ltd Sino Africa Medicines Jos Hansen Ltd<br />

15. Globe Corporation GM Tumpeco MFI Office Solutions<br />

16. Farmo International UK Communications & Spencon<br />

Accessories<br />

17. Sino Africa Medicines Jos Hansen Ltd Multiplex<br />

18. Float Deve Simed Int. Zimwe<br />

19. Communications & Accessories Hospital Engineering The Copy Cat<br />

20. Jos Hansen Ltd Geest Oversees Kapkwata<br />

21. Buchman Medical Care MJ Medical Intercross<br />

22. Simed International Spencon Multioption<br />

23. Hospital Engineering Mediworld Mushiram<br />

24. DRC Medical C.Metha Richmond corporation<br />

25. MJ Medical Sipco<br />

26. Radium Pharmaceuticals Mucwimi<br />

27 GMC Holdings Ltd Radium<br />

28 Spencon Services Ltd Gatero Instruments Ltd<br />

29 MedWorld WaterShed<br />

30 Skipco Multiplex<br />

31 Higchen (U) Ltd Zimwe<br />

Supply <strong>of</strong> Medical Equipment and Specialized Furniture Investigation Report<br />

5


Public Procurement and Disposal <strong>of</strong> Public Assets Authority<br />

No. Lot 1 Lot 2 Lot 3<br />

32 Zimwe West Minister<br />

33 West Minister Ltd Ms Richmond<br />

34 Istrudent<br />

The bids were submitted as a single document to include compliance, technical and<br />

financial proposals enclosing the original and copies in separate sealed envelopes.<br />

There is no evidence that Nairobi Enterprises Ltd purchased the bids, but is on the record<br />

<strong>of</strong> bid opening for lots 1 and 2:<br />

Approvals <strong>of</strong> bid documents<br />

The Bank gave a no objection to the bid document on 29/12/04 with a requirement that<br />

the special procurement notice (SPN) be published in United Nations Development<br />

Business. Clause 3.5.3 <strong>of</strong> ADB rules <strong>of</strong> procedure for goods and works require that the<br />

draft text <strong>of</strong> the bidding documents be sent to the Bank for comments and approval. The<br />

same clause states “Bidding documents that have been approved by the Bank shall be<br />

considered as sufficient and adequate to satisfy the Bank’s rules <strong>of</strong> procedure for<br />

procurement”.<br />

The tender documents were also approved by the Contracts Committee on 14 th February<br />

2005as required by Regulation 48(a) <strong>of</strong> PPDA Regulations, 2003. Normally for such a<br />

tender, the Contracts Committee should give an input/approval <strong>of</strong> the appropriateness and<br />

applicability <strong>of</strong> the proposed evaluation methodology and criteria contained in the<br />

solicitation document as per section 48(a)(ii) <strong>of</strong> the PPDA Regulations.<br />

EVALUATION<br />

The evaluation committee comprised <strong>of</strong>;<br />

1. Eng. Wanda SSB Robert - Assistant Commissioner, MOH Chairman<br />

2. Mr. Pieter de Ruijter - Consultant Group 5 Consultant<br />

3. Mr. Kakira Joel - Head, PDU Member<br />

4. Dr. Ezati Isaac - Senior Cons. Surgeon Member<br />

5. Mr. Okello Mathew - Project Quantity Surveyor Member<br />

Members were nominated by the Head, PDU and approved by the Contracts Committee<br />

on 27 th April 2005 at its 23 rd meeting, as required by the PPDA Act, 2003.<br />

Review <strong>of</strong> the evaluation <strong>report</strong>s:<br />

Lot 1: Medical Equipment<br />

Fourteen bidders were evaluated and five (5) passed the preliminary examination and<br />

only one (1) passed the technical evaluation. Since only one (1) bidder was substantially<br />

technically responsive, the financial bid <strong>of</strong> Є 2,322,620.74 was corrected <strong>of</strong> errors (Є<br />

Supply <strong>of</strong> Medical Equipment and Specialized Furniture Investigation Report<br />

6


Public Procurement and Disposal <strong>of</strong> Public Assets Authority<br />

3,035.90) to Є 2,325,656.64 and recommended for award. The details <strong>of</strong> these<br />

corrections are not provided in the evaluation <strong>report</strong>. When we asked the Chairman <strong>of</strong><br />

the evaluation committee why they did not include the details <strong>of</strong> the corrections, he said<br />

that ADB evaluation format does not provide for this requirement.<br />

The five (5) bidders who passed the preliminary were evaluated for technical<br />

responsiveness: Makiber Dragos Industrial, MJ Medical, Globe Corporation bv,<br />

Buchman Medical Care & Services and John Achelis & Soehne GMBH. Below are the<br />

details <strong>of</strong> bidder’s performance:<br />

No. Bidder % Technical non compliance<br />

1. Makiber Dragodos 16.06%<br />

2. MJ Medical 6.11%<br />

3. Globe corporation BV 1.59%<br />

4. Buchman Medical Care 12.81%<br />

5. John Achelis & Soehne GMBH 40.99%<br />

ITB 31.3 required that the aggregated estimated value <strong>of</strong> the missing or non-conforming<br />

items or components should not be more than 3% <strong>of</strong> the bid price. When we reviewed the<br />

items where the above bidders were non-compliant, it was confirmed that the bidders<br />

were non- compliant to the bid requirements.<br />

ITB 31.3(1) required also that for the missing or non-conforming items, the clients<br />

budget price for those items shall be included/substituted in the total bid price.<br />

From the evaluation <strong>report</strong>, we could not understand why in comparing the non-<br />

conforming items, the total clients price (FOB +IF + Installation) was used for the<br />

winning bidder (Globe Corporation, BV), whereas only FOB price was used for other<br />

bidders on non-conforming items (total clients price is higher than total FOB price). This<br />

raised the percentage <strong>of</strong> non-conforming items <strong>of</strong> the winning bidder. When this was put<br />

to the Chairman Evaluation Committee, he answered that could have been an error in the<br />

<strong>report</strong> but actually used the FOB price.<br />

Another anomaly noted was that the substituted client’s price was never converted to the<br />

bidders’ bidding currency where they differed, to allow percentage calculations in the<br />

same currency, but everything was done in euros. This was also noted as an error when it<br />

was put to the Chairman Evaluation Committee.<br />

Reference was made to the National Advisory Committee for Medical Equipment<br />

(NACME) review <strong>of</strong> the evaluation <strong>report</strong> and noted the following anomalies in the bid<br />

<strong>of</strong> the successful bidder:<br />

Below are some <strong>of</strong> the Non compliant items though they were evaluated as compliant:<br />

• 1.0005: The item in the catalogue was not consistent with what was<br />

Supply <strong>of</strong> Medical Equipment and Specialized Furniture Investigation Report<br />

7


Public Procurement and Disposal <strong>of</strong> Public Assets Authority<br />

specified (an IV canula instead epidural kit and spiral needles);<br />

• 1.0011: Instrument set was not illustrated in the brochure;<br />

• 1.0022: Country <strong>of</strong> origin was not eligible as per ITB 5;<br />

• 1.0026: The brochure indicated a 12 channel machine instead <strong>of</strong> specified<br />

3 channels;<br />

• 1.0046: Specified a single phase instead <strong>of</strong> 3 phase as was required.<br />

Globe Corporation failed on the above requirements. Failure by Globe Corporation would<br />

have meant that none <strong>of</strong> the bidders would have passed the technical compliance stage.<br />

However, we were told that the evaluators were aware and conscious <strong>of</strong> the Bank’s letter<br />

<strong>of</strong> 29/12/04; that this procurement should be implemented not later than 30/06/06 (last<br />

date <strong>of</strong> disbursement), and they became flexible with the evaluation criteria. The<br />

procurement <strong>of</strong> the <strong>equipment</strong> and furniture was late by over 2 years, due to re-tendering<br />

the procurement <strong>of</strong> the Consultant that was in charge <strong>of</strong> the whole procurement process,<br />

as required by the Bank. Yet the civil works for the health centers to be equipped and<br />

furnished had been completed. Consensus was reached that compliant items will be<br />

negotiated and agreed by the supplier instead <strong>of</strong> re-tendering.<br />

The Project sought a no objection from the Bank considering that time was running out,<br />

by submitting bids <strong>of</strong> the first three best evaluated bidders for each lot for the Bank’s<br />

review and advice. The Bank gave a no objection to the best-evaluated bidder. The letters<br />

were on file and confirmed by the investigation team.<br />

Contracting<br />

ITB 42.1 <strong>of</strong> the bid document required that “prior to expiry <strong>of</strong> the bid validity period, the<br />

purchaser shall notify the successful bidder, in writing, that its bid has been accepted and<br />

notify all other bidders <strong>of</strong> the results <strong>of</strong> the bidding.” Clause 3.40.3 <strong>of</strong> ADB rules <strong>of</strong><br />

procedure for goods and works states; “Upon receipt <strong>of</strong> the Bank’s approval, the<br />

borrower shall inform the successful bidder and invite him to conclude the contract,<br />

within the time period <strong>of</strong> the validity <strong>of</strong> bids”. The Bank requires that the borrower<br />

informs other bidders <strong>of</strong> the outcome <strong>of</strong> bidding process after concluding the contract<br />

with the successful bidder.<br />

Other bidders were communicated to, <strong>of</strong> the results <strong>of</strong> the bidding process on 29th<br />

September 2005. This was in compliance with ITB 42.1 <strong>of</strong> the bid document, regulation<br />

224(5) <strong>of</strong> PPDA Regulations, 2003, and ADB rules and procedure.<br />

It was also noted that the relevant authorities made necessary approvals. At its 26 th<br />

meeting held on 6/6/2005 the Contracts Committee approved award <strong>of</strong> the contract to Ms.<br />

Globe Corporation, BV at Є 2,325,656.64. The Bank (ADB) gave a no objection on 27 th<br />

July 2005 to the award. The Solicitor General approved the contract on 20/9/2005.<br />

The agreement was signed by both parties (MOH and Globe Corporation, BV) on<br />

6/10/2005. However, the total price for non-compliant items remained as it was in the<br />

Supply <strong>of</strong> Medical Equipment and Specialized Furniture Investigation Report<br />

8


Public Procurement and Disposal <strong>of</strong> Public Assets Authority<br />

bid submission since it was lower than the total substituted client’s price. The signed<br />

contract specified the correct conforming items and formed part <strong>of</strong> the contract.<br />

Evaluation <strong>of</strong> Lot 2: Specialized Medical Furniture SHSSPP/018/2005.<br />

Fifteen (15) bidders were evaluated and seven (7) passed the preliminary examination.<br />

Only one company, Gatero Instruments Ltd, who was 100% technically compliant,<br />

passed technical responsiveness. The financial bid <strong>of</strong> the Gatero Instruments Ltd <strong>of</strong> Є<br />

798,695 was passed and the provider recommended as the lowest evaluated responsive<br />

bidder for award.<br />

The review sampled out the following bids and reviewed the areas that failed the bidders:<br />

a) Communications and Accessories International;<br />

• Bowl, kick stand and anti-static casters - No brochure<br />

• Bowl, stand, double - Height adjustment<br />

• Cupboard, drugs - No brochure<br />

• Caster - Number <strong>of</strong> casters<br />

• Stool, surgeons, adjustable - Hand operated<br />

(Anti-static cushion)<br />

• Trolley dispensing with shelves - Wrong specifications<br />

600 (l) x 450 (w) mm<br />

• Trolley dressing with shelves - No waist bid<br />

600 (l) x 450 (w) x 800 (h) mm<br />

The best-evaluated bidder, Gatero on comparison, did not comply with:<br />

2-0005 Cot, baby: Gatero did not meet the required specification <strong>of</strong> plex, glass basket<br />

size <strong>of</strong> 700 x 350 x 350 mm, but dimensions <strong>of</strong> 850 x 500x800 mm, which varies greatly;<br />

2-0006 Cupboard, drugs: Gatero did not provide the brochure for this item;<br />

2-0008 Examination Couch: Gatero’s specification on dimensions was 1800 x 550 x<br />

800 mm contrary to what was required i.e. 1800 x 750 x 760 mm and was evaluated<br />

100% compliant, based on the statement that he will manufacture to the bid<br />

specifications.<br />

When Jos Hansen’s representative in Uganda was interviewed, he expressed concern on<br />

why Gatero was evaluated 100% compliant on some items and not Jos Hansen for items<br />

quoted from the same manufacturer. When this was put to the Chairman Evaluation<br />

Committee, he explained that Gatero’s bid had added a statement that they will<br />

manufacture according to the specifications on such items, which the Chairman NACME<br />

confirmed was an important statement and the delivery verification team, which is part <strong>of</strong><br />

NACME will ensure that this done.<br />

Further review <strong>of</strong> the requirements <strong>of</strong> the bid document, page 30 section 11 (qualification<br />

and evaluation –criteria), Manufacturer’s Authorisation letter was only required for only<br />

Supply <strong>of</strong> Medical Equipment and Specialized Furniture Investigation Report 9


Public Procurement and Disposal <strong>of</strong> Public Assets Authority<br />

items marked x under requirements by the supplier”. Clarification no.1 on this tender 1.7<br />

on manufacture’s authorization stated “ ITB 5.5 and the table/s under the schedule <strong>of</strong><br />

<strong>supply</strong> clearly stipulates which items required manufacturers authorization”. Hence all<br />

items for lot 2 did not require the manufacturer’s authorisation letter (see Annex 1). Some<br />

bidders (e.g. Spencon Services Ltd) were evaluated on this ground.<br />

The evaluators made some errors in determining compliant bidders in favour <strong>of</strong> Gatero<br />

Instruments Ltd, who was evaluated as 100% compliant even on grounds indicated above<br />

that he had failed.<br />

Contracting<br />

The award was approved by the Contracts Committee on 6/6/2005 and ADB on<br />

27/7/2005. The contract was approved by the Solicitor General on 20/9/2005 and signed<br />

between Gatero Instruments Ltd and the Republic <strong>of</strong> Uganda on 28/9/2005 at a contract<br />

sum <strong>of</strong> Є 798.695 excluding taxes.<br />

However, some contradicting information was noted in the agreement, thus;<br />

• At negotiation, it was agreed that:-<br />

o Item 1-0009 be increased from 86 to 100 each at Є 240.additional amount<br />

<strong>of</strong> Є 3,360 was included.<br />

o Item 1-000919 be reduced from 87 to 21 each at Є 100, hence a reduction<br />

<strong>of</strong> Є 6,600.<br />

Hence, proposed award <strong>of</strong> Є 795,455 instead <strong>of</strong> Є 798,695 was recommended. The<br />

changes were not effected in the list <strong>of</strong> requirements and both figures (Є 795,455 and Є<br />

798,695) are in the agreement. It is not clear what the provider will effect. The Project<br />

Management needs to take note <strong>of</strong> the observation. The Director, <strong>Butabika</strong> Hospital<br />

clarified that the negotiated price takes precedence <strong>of</strong> the bid price i.e. Є 795,455.<br />

ITB 42.1 <strong>of</strong> the bid document required that “prior to expiry <strong>of</strong> the bid validity period, the<br />

purchaser shall notify the successful bidder, in writing, that its bid has been accepted and<br />

notify all other bidders <strong>of</strong> the results <strong>of</strong> the bidding.” Clause 3.40.3 <strong>of</strong> ADB rules <strong>of</strong><br />

procedure for goods and works states; “Upon receipt <strong>of</strong> the Bank’s approval, the<br />

borrower shall inform the successful bidder and invite him to conclude the contract,<br />

within the time period <strong>of</strong> the validity <strong>of</strong> bids”. The Bank requires that the borrower<br />

informs other bidders <strong>of</strong> the outcome <strong>of</strong> bidding process after concluding the contract<br />

with the successful bidder.<br />

The entity wrote to the bidders on 29 th September 2005, in compliance with the ADB<br />

rules. However, communication to the unsuccessful bidders missed important information<br />

such as the best evaluation bidder and the contract price; an omission some bidders like<br />

Jos Hansen said, what was communicated was not a notice <strong>of</strong> the best-evaluated bidder,<br />

but a letter returning the bid security. Procurement notice number 4 <strong>of</strong> the PPDA<br />

guidelines, 2003 should always be used to capture the basic necessary information.<br />

Supply <strong>of</strong> Medical Equipment and Specialized Furniture Investigation Report<br />

10


Public Procurement and Disposal <strong>of</strong> Public Assets Authority<br />

Lot 3: Office furniture/<strong>equipment</strong> SHSSP/017/2004.<br />

The tenders were advertised on 16/2/2005 in the press and bids were opened on<br />

19/4/2005. The bid validity period was 120 days from the date <strong>of</strong> opening.<br />

Evaluation<br />

Ten (10) firms were evaluated and only three (3) bidders passed the preliminary<br />

examination for technical evaluation. These were MJ Medical, MFI Office Solutions and<br />

Spencon Services Ltd. However, firms like New Technology Company, Intercross<br />

Agencies Ltd, and Munshiram International Business Machines (U) Ltd were evaluated<br />

on manufacturers authorization, when it was not a requirement <strong>of</strong> evaluation criteria in<br />

the bid document for lot 3.<br />

Out <strong>of</strong> the 3 bidders who passed preliminary examination, only MJ Medical complied<br />

technically at 2.18% <strong>of</strong> technical non-compliance. Hence, MJ Medical was<br />

recommended for award.<br />

The following figures were noted in the evaluation <strong>report</strong> for MJ Medical:<br />

Bid price (as read-out) $ 3,737,190.04<br />

Corrections for errors $ 1,530,359.58<br />

Proposed Award $ 2,206,830.46<br />

Details <strong>of</strong> corrections for errors were not available in the evaluation <strong>report</strong>. However,<br />

the bid clearly indicated MJ Medical bid price as:<br />

$ 1,530,342.31 CIP excluding taxes and duties<br />

$ 3,737,190.04 CIP including taxes and duties<br />

However, thorough review <strong>of</strong> documents indicated that correct amount in the contract<br />

was $ 1,530,338.38 excluding taxes (bid price $ 1,530,342.31 plus $ 3.93 rounded-up<br />

errors).<br />

NACME raised a number <strong>of</strong> technical issues on the evaluation <strong>report</strong> especially on items<br />

that were found non-compliant. The list <strong>of</strong> items is long with approximately 25 items. If<br />

these items were subjected to the substitute <strong>of</strong> the client’s price, MJ Medical would not<br />

have passed the less 3% requirement <strong>of</strong> technical non-compliance.<br />

However, we noted that MJ Medical accepted to deliver compliant items and was agreed<br />

as part <strong>of</strong> the signed contract.<br />

7.0 CONCLUSIONS<br />

• The procurement was conducted using both GOU and ADB procurement<br />

regulation and guidelines. However, ADB rules prevailed over the GOU<br />

procurement rules, where there was conflict, since there was a requirement <strong>of</strong> the<br />

Supply <strong>of</strong> Medical Equipment and Specialized Furniture Investigation Report<br />

11


Public Procurement and Disposal <strong>of</strong> Public Assets Authority<br />

bank’s approval. The bidding procedures were generally complied with by the<br />

entity, apart from only not using the recommended format PN4 <strong>of</strong> the PPDA<br />

guidelines for the notification <strong>of</strong> the best-evaluated bidders.<br />

• There were some anomalies in the evaluation <strong>report</strong>. However, the Bank approved<br />

the evaluation <strong>report</strong>s as required by clause 3.36.7 <strong>of</strong> ADB procurement<br />

procedures that “a detailed <strong>report</strong> on the evaluation and comparison <strong>of</strong> bids,<br />

setting forth the specific reasons on which the determination <strong>of</strong> the lowest cost bid<br />

is based, shall be prepared by the borrower and addressed to the bank for<br />

approval. The three lots were approved by the Bank for financing after reviewing<br />

the first three best bids for each lot. And Clause 3.40.4 emphasizes, “A contract<br />

which is awarded with the Bank’s approval is eligible for the Bank’s financing”<br />

and the contract requires that funds be disbursed directly to the suppliers.<br />

• Hence, in compliance with the requirements <strong>of</strong> Section 4 <strong>of</strong> the PPDA Act, 2003<br />

under international obligations, the signed contracts shall continue and be<br />

implemented by the entity.<br />

• The above notwithstanding, it is important that in future, the Contracts Committee<br />

should always scrutinize the evaluation <strong>report</strong> more especially where an<br />

outsourced ‘technical expertise’ is involved before the expert’s contract is paid<br />

and closed.<br />

The above notwithstanding, the errors identified in the evaluation <strong>report</strong> do not<br />

necessitate cancellation <strong>of</strong> the award but should serve as a learning experience <strong>of</strong><br />

Government Officials that formed the evaluation team, for future procurements.<br />

8.0 RECOMMENDATIONS<br />

• The Evaluation Committee including the outsourced experts should always follow<br />

the requirements <strong>of</strong> the bid document and the evaluation criteria, to ensure that all<br />

procurements are conducted in a manner that promotes fair competition and<br />

transparency;<br />

• The Contracts Committee should always scrutinize the evaluation <strong>report</strong>s before<br />

approval is made, to avoid errors <strong>of</strong> omission in future;<br />

• The Accounting Officer should ensure that the goods delivered conform to all the<br />

specifications and should put a competent team to verify the items especially the<br />

ones that were non-complaint but negotiated and agreed upon by the contractors,<br />

as part <strong>of</strong> the contract.<br />

Supply <strong>of</strong> Medical Equipment and Specialized Furniture Investigation Report<br />

12

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!