PUBLIC PROCUREMENT AND DISPOSAL OF PUBLIC ASSETS AUTHORITY REPORT ON APPLICATION FOR ADMINISTRATIVE REVIEW BY LIGATION INTERNATIONAL LTD IN RESPECT OF THE PROCUREMENT FOR THE REVENUE COLLECTION IKI – IKI WEEKLY MARKET NO. BUDA571/SRVCS/16-17/00002 ENTITY: BUDAKA DISTRICT LOCAL GOVERNMENT APPLICANT: LIGATON INTERNATIONAL LTD SEPTEMBER 2016 Page 1 of 11 1.0 BACKGROUND 1.1 On 24th March 2016, Budaka District Local Government initiated a procurement for the revenue collection from Iki – Iki weekly market. The bid notice was published in the New Vision Newspaper of 19th May 2016 with a closing date was 21st June 2016. 1.2 The Contracts Committee approved the Committee: following members of the Evaluation Table 1: Members of the Evaluation Committee No. Member Designation 1. Mr. Moses Kwajja Personnel Officer 1.2 2. Mr. Joseph Masolo 3. Mr. Paul Kioro 4. Ms. Florence Ariokot Organization Budaka District Local Government Senior Medical Clinical Budaka District Officer Local Government Senior Labor Officer Budaka District Local Government Population Officer Budaka District Local Government According to the record of issue of bids, two (2) providers were issued with the bidding documents and both submitted bids. The bid prices read out at the bid opening held on 21st June 2016 are indicated in Table 2 below: Table 2: Bidders who submitted bids No Name of Bidder 1. Ligaton International Ltd 2. Mr. Wilson Masajja Bid Price read out (UGX) 1,050,000 (Per week) 1,000,000 (Per week) 1.3 The Evaluation report dated 20th July 2016 indicated that Ligaton International Ltd was eliminated at technical evaluation stage for not having experience in the related services and hence did not qualify for the financial evaluation. 1.4 On the same day, the Evaluation Committee recommended award of tender to Mr. Wilson Masajja as the best evaluated bidder at a contract price of UGX 1,000,000 per week. This was approved by the Contracts Committee on 26th July 2016.The notice of best evaluated bidder was displayed from 26th July 2016 to 3rd August 2016. 2.0 ADMINISTRATIVE REVIEW PROCESS 2.1 On 27th July 2016, Ligaton International Ltd applied to the Accounting Officer, Budaka District Local Government for Administrative Review. Page 2 of 11 2.2 On 4th August 2016, the Accounting Officer appointed a Committee to conduct the Administrative Review investigation as per Regulation 139 of the Local Governments (Public Procurement and Disposal of Public Assets) Regulations, 2006. 2.3 On 4th August 2016, the Committee submitted the Administrative Review Report to the Accounting Officer in which they found it fitting for the Contracts Committee not to have awarded the contract to Ligaton International Ltd on grounds of questionable integrity and lack of experience. 2.4 On 8th August 2016, Accounting Officer responded to the complainant - Ligaton International Ltd with a decision not to revoke the award to Mr. Wilson Masajja based on the grounds raised by the Administrative Review Committee. 2.5 On 10th August 2016, Ligaton International Ltd applied for Administrative Review to the Authority. 3.0 LAW APPLICABLE i. ii. 4.0 The Public Procurement and Disposal of Public Assets Act, 2003. The Local Governments (PPDA) Regulations, 2006. METHODOLOGY In investigating the application for Administrative Review, the Authority adopted the following methodology: 4.1 Analysis was made of the following documents: a) b) c) d) e) f) g) h) i) 4.2 The invitation for bids to the various bidders Bids submitted by the bidders Copy of detailed bidding document issued to bidders Record of issue and receipt of bids All PP Forms related to this procurement; The evaluation report; Contracts committee minutes for this procurement; The administrative review report by the Accounting officer Budaka DLG All correspondence and another documentation related to this matter On 30th August 2016, PPDA convened an Administrative Review hearing which was attended by the following people . Page 3 of 11 Table 3: Persons who attended the Administrative Review hearing No. Name Designation 5.0 Budaka DLG 1. Roseline Adongo 2. Noah Kutta Chief Administrative Officer Senior Procurement Officer Ligaton International Ltd 1 John Michael Mulalaka Director GROUNDS RAISED BY THE APPLICANT Grounds raised at Entity and PPDA level 1. That there was much communication between Mr. Wilson Masajja and the procurement department which resulted in a consideration for him to include an Income tax clearance certificate in his submitted bid. This had not been provided at the time of submitting his bid on 21st June 2016. Mr. Wilson Masajja’s Income tax clearance was submitted on 6thJuly 2016 after bid closing and bid opening. 2. That there was a conflict of interest by the procurement officer as it had been keenly observed with investigation that Mr. Wilson Masajja is one of the procurement officer’s in-law. A possible reason for the drifted favor of Mr. Wilson Masajja evidenced in his 9 years’ experience in the same market. 3. That Budaka DLG used wrong rules to administer payment of administrative review fees of UGX 500,000 instead of UGX 30,000. 4. That in review of the administrative review committee report, it’s stated that Ligaton International Ltd should try in the next quarter which is against the bid document and advert which seemed annual. 5. That Budaka DLG neither confirmed the reserve price in the advert nor in the bidding document. 6. That the advert didn’t state whether service providers whose legal documents are still under process shall be considered even after bid closure as it was reported and applied in the administrative review committee report of a consideration of a late tax clearance. 7. That the appointed review team was incompetent as they disowned the LC1 Chairperson – Mr. Mingwa Peter who was paid a wage of UGX 120,000 in June which was meant for the LC1 Chairperson of the area in question. Page 4 of 11 8. That following the advert, only the sub-county chief was responsible to sign on the recommendation letter but not the Chief in charge of local revenue. 9. That Budaka DLG stated in its report that it had sole decision to reject or accept bids of either the highest or lowest price. Ligaton International Ltd was the highest bidder but Mr. Wilson Masajja was evaluated as the best bidder. 10. That shall new firms dully registered and legally compliant like Ligaton International Ltd not enter into business due to lack of experience. 6.0 PPDA FINDINGS ON THE GROUNDS RAISED BY THE APPLICANT Ground One: That there was much communication between Mr. Wilson Masajja and the procurement department which resulted in a consideration for him to include an Income tax clearance certificate in his submitted bid. This had not been provided at the time of submitting his bid on 21st June 2016. Mr. Wilson Masajja’s Income tax clearance was submitted on 6thJuly 2016 after bid closing and bid opening. Findings: i. Section 6 in the bidding document on terms of reference for the revenue collection centers no: 2, provided that “whereas firms were required to submit a Tax Clearance Certificate amongst many other documents, individuals were only required to submit a Certificate of Taxpayers Identification Number among other documents.” ii. According to Ligation International Ltd, Mr. Wilson Masajja submitted an income tax clearance certificate after bid after bid closing on 21st June 2016. iii. At the hearing before the Authority, the Accounting officer submitted that the Entity requested for Tax Clearance Certificates from bides following guidance from Uganda Revenue Authority (URA). iv. The Authority noted that on 22nd June 2016, URA requested Budaka DLG to submit to it the list of contractors awarded tenders in the FY 2015/16 and those bidding for FY 2016/17 with an objective to ensure that the contractors are properly registered for taxes and are compliant before being awarded tenders. Budaka DLG responded to this on 24th June 2016. v. Following the request by URA, all individual bidders were requested to process and submit Income Tax Clearance Certificates and accordingly Mr. Wilson Masajja submitted a Tax Clearance Certificate on 6th July 2016. Page 5 of 11 Decision of the Authority The Authority finds no merit in ground one as initially Mr. Wilson Masajja who is an individual was not required to submit a tax clearance certificate and only submitted it after request by Budaka DLG which was acting in accordance with the request by URA. Ground Two That there was a conflict of interest by the procurement officer as it had been keenly observed with investigation that Mr. Wilson Masajja is one of the procurement officer’s in-law. A possible reason for the drifted favor of Mr. Wilson Masajja evidenced in his 9 years’ experience in the same market. Findings: i. The applicant alleged that Mr. Noah Kutta the procurement officer is an in-law to the best evaluated bidder Mr. Wilson Masajja and therefore had a conflict of interest in the procurement and should not have participated in the procurement process. ii. The Accounting Officer’s decision indicated that this allegation was investigated at Entity level and the purported relationship was not established. iii. During the hearing, Mr. Noah Kutta the procurement officer submitted that he is not related to Mr. Wilson Masajja. He stated further that much as Mr. John Michael Mulalaka - Director of Ligaton International Ltd claimed that he was neighbors with him, there are 3 LCs between them but both reside in the same Sub-County. iv. The Authority found that the applicant was not able to substantiate the allegation of the relationship and therefore the conflict of interest was not established. Ligaton International Ltd did not adduce any evidence to show that there is a relationship between Mr. Wilson Masajja and Mr. Noah Kutta. Decision: The Authority finds no merit in ground two. Ground Three: That Budaka DLG used wrong rules to administer payment of administrative review fee of UGX 500,000 instead of UGX 30,000. Findings: i. The Applicant submitted that the Entity was wrong to require payment of Administrative Review fees of UGX. 500,000 instead of the UGX. 30,000 as stipulated in the Local Government (PPDA) Guidelines. Page 6 of 11 ii. The Authority established that on 1st August 2016 the applicant paid UGX 500,000 as Administrative Review fee to Budaka DLG was issued a receipt no. 17017. iii. The Accounting Officer in her response stated that she rightfully administered the administrative review fee to the applicant in accordance with Local Government (PPDA) Guidelines. iv. The Authority noted that the Applicant based his allegation on the PPDA Guidelines for schools where the Administrative Review fee is UGX 30,000. v. The Local Government (PPDA) Guidelines No. 5 of 2008 on Administrative Review fees provides for a fee of UGX 500,000 (25 currency points) in respect to an application for Administrative Review for a service under the Open Bidding method. The Entity therefore was acted in accordance with the PPDA Guidelines in requiring payment of UGX. 500,000 as Administrative Review fess. Decision: The Authority does not find merit in ground three. Ground Four That in review of the administrative review committee report, it’s stated that Ligaton International Ltd should try in the next quarter which is against the bidding document and advert which seemed annual. Findings: i. The Applicant stated that the Administrative Review Committee indicated that the bidder should bid in the next quarter yet the bid notice was annual. ii. The Authority reviewed the bid notice and the advert and noted that they were both silent on the contractual period. iii. During the hearing at the Authority, the Accounting Officer submitted that the decision for the quarterly award of the procurement for revenue sources was dependent upon the Entity at contracting. iv. The Authority established that in the absence of an express contractual period in the bidding document, the allegation cannot be sustained. Decision: The Authority finds no merit in ground four. Page 7 of 11 Ground Five That Budaka DLG never indicated the reserve price on the advert nor in the bid document. Findings: i. The applicant stated that the reserve price was neither indicated in the bidding document issued to bidders nor in the bid notice that was advertised in the New Vision newspaper of 19th May 2016. ii. Regulation 51 of the Local Governments (PPDA) Regulations 2006 provides that the Entity will only maintain the reserve price approved by the Contracts Committee where applicable for comparison purposes when awarding bids. iii. The Authority found that there is no requirement to state the reserve price but it is good practice. The Entity was therefore not in breach of any provision of the law. Decision: The Authority does not find merit in ground five since the failure to disclose the reserve price did not breach any laws governing the procurement process. Ground Six: That the advert didn’t state whether service providers whose legal documents are still under process shall be considered even after bid closure as it was reported and applied in the administrative review committee report of a consideration of a late tax clearance. Findings: The Authority found that this ground is similar to ground one above. Decision: The Authority does not find merit in ground six. Ground Seven: That the appointed review team was incompetent as they disowned the LC1 Chairperson – Mr. Peter Mingwa who was paid a wage of UGX 120,000 in June which was meant for the LC1 Chairperson of the area in question. Findings: i. The Applicant stated that the review committee disregarded the recommendation letter from Mr. Peter Mingwa the LC 1 Chairperson. ii. The bidding document required bidders to submit a recommendation letter from the LC1 of the locality in which the revenue collection facility if located. Page 8 of 11 iii. The bid submitted by the applicant included a recommendation letter from Mr. Peter Mingwa as LC 1 Chairperson for Iki-Iki Market. iv. At the hearing before the Authority, the applicant stated that the denounced LC1 Chairperson Mr. Peter Mingwa, had been paid a wage meant for the LC1 Chairperson of the area in question. v. In response, the Accounting Officer stated that Mr. Peter Mingwa was not the LC1 chairperson of Iki-Iki sub-county. The Accounting Officer submitted a list of L.C 1 Chairpersons which indicated that Mr. John Tasebula was the LCI Chairperson of IkiIki Sub County and not Mr. Peter Mingwa. vi. The Authority finds that the Applicants bid was not responsive to the requirement of submission of a recommendation letter from the LC 1 chairperson. The review team properly evaluated this requirement. Decision: The Authority does not find merit in ground seven Ground Eight: That following the advert, only the sub-county chief was responsible to sign on the recommendation letter but not the Chief in charge of local revenue. Findings: i. The Applicant stated that the bid notice required only the Sub-County Chief to sign the recommendation letters and not the chief in charge of local revenue. ii. Section 6 of the bidding document (terms of reference) for the revenue collection centers no: 2, required both firms and individuals to provide a recommendation from the LC1 Chairperson and the Sub County Chief where the revenue was to be collected. iii. The Authority found that the requirement was in the bidding document and not in the advert / bid notice as claimed by the applicant iv. The Administrative Review Report dated 4th August 2016, indicated that two different recommendations by LC1 Chairpersons for the same village were submitted by the applicant in their bid. The review team established that the best evaluated bidder Mr. Wilson Masajja’s recommendation letter was signed by the right Chairperson for the village (Mr. John Tasebula) while Ligaton International Ltd.’s recommendation letter was signed by Mr. Peter Mingwa who is not the LC1 Chairperson. v. In light of the above, the Authority found that the applicant’s bid was not responsive to the requirement and was properly evaluated. Page 9 of 11 Decision: The Authority does not find merit in ground eight. Ground Nine: That Budaka DLG stated in its report that it had sole decision to reject or accept bids of either the highest or lowest price. Ligaton International Ltd was the highest bidder but Mr. Wilson Masajja was evaluated as the best bidder. Findings: i. The bid notice in the New Vision newspaper of 19th May 2016 stated that Budaka District Local Government reserved the right to accept or reject any bid either the highest or the lowest. ii. Ligaton International Ltd.’s bid price was UGX 1,050,000 per week while Mr. Wilson Masajja’s bid price was UGX 1,000,000 per week. iii. The Evaluation methodology in the bidding document was the highest priced technically responsive bid would be the best evaluated bid iv. The decision by the Entity to award the contract to the lowest bidder as opposed to the highest bidder was within its legal rights. Decision: The Authority finds no merit in ground nine. Ground Ten: That new firms duly registered and legally compliant like Ligaton International Ltd shall not be contracted due to lack of experience. Findings: i. The applicant stated that the requirement of experience disadvantages newly registered and compliant firms since they are not awarded contracts by the district. ii. The Accounting Officer in response stated that the bidding document required prior experience in revenue collection which the applicant did not have. iii. The Applicant confirmed at the hearing before the Authority that Ligaton International Limited did not have past experience as a firm. iv. The bidding document required prior experience in revenue collection and the evaluation committee found that the bid submitted by the applicant did not provide any document on past experience and hence was found non responsive to the requirement. Page 10 of 11 v. The Authority finds that the Entity was justified to require prior experience and properly evaluated the bid submitted by the applicant Decision: The Authority does not find merit in ground ten. 7.0 DECISION OF THE AUTHORITY In accordance with Section 91(4) of the PPDA Act, 2003 and in light of the findings and observations of the Authority during the Administrative Review process, the application for Administrative Review by Ligaton International Ltd is rejected. The Entity is advised to proceed with the procurement process to its logical conclusion. Page 11 of 11
© Copyright 2026 Paperzz