PUBLIC PROCUREMENT AND DISPOSAL OF PUBLIC ASSETS AUTHORITY REPORT ON ADMINISTRATIVE REVIEW APPLICATION IN RESPECT TO THE PROCUREMENT OF A CONTRACTOR TO CONSTRUCT THE NATIONAL DRUG AUTHORITY TOWER ENTITY : NATIONAL DRUG AUTHORITY APPLICANT : ROKO CONSTRUCTION LIMITED MARCH 2017 Table of Contents Acronyms ........................................................................................................................................ 2 1.0 BACKGROUND ................................................................................................................. 3 2.0 LEGAL PROVISIONS APPLICABLE ............................................................................... 4 3.0 METHODOLOGY .............................................................................................................. 4 4.0 THE ADMINISTRATIVE REVIEW PROCESS AT ENTITY LEVEL ............................ 5 5.0 APPLICATION FOR ADMINISTRATIVE REVIEW AT PPDA LEVEL ........................ 7 6.0 DECISION OF THE AUTHORITY ................................................................................. 10 Page 1 of 11 Acronyms AAR BEB BOQ M NDA NOBEB PDU PPDA UGX USD - Application for Administrative Review Best Evaluated Bidder Bills of Quantities Million National Drug Authority Notice of Best Evaluated Bidder Procurement and Disposal Unit Public Procurement and Disposal of Public Assets Authority Uganda Shillings United States Dollars Page 2 of 11 1.0 BACKGROUND 1) On 13th September 2016, National Drug Authority (NDA) initiated a procurement for Construction of the NDA Tower Phase 1 – Block A and the basement for Phase 2- Block B) Reference No: NDA/WORKS/16-17/00005. 2) On 7th October 2016, the Contracts Committee approved the open international bidding procurement method, the bidding document and bid notice. 3) On 13th October 2016, the procurement was advertised in the New Vision Newspaper with deadline for bid closing of 28th November 2016. 4) Twenty three (23) firms purchased and were issued the bidding document. 5) On 3rd November 2016, a pre-bid meeting was held which was attended by representatives of the twenty three (23) firms that had purchased the bidding document. 6) On 28th November 2016, bid submission was closed and the record of bids received according to Form 11 was seven bids. The record of bid opening indicated the following information: Table 1: Prices read out at bid opening No 1. 2. 3. Bidders 5. CRJE (East Africa) Limited Seyani Brothers and Company Uganda Limited China National Aero Technology international Engineering Corporation China National Complete Plant Import & Export Corporation Limited (Complant) Yanjian Group Company Limited 6. 7. Roko Construction Limited Cementers Uganda Limited 4. Bid Price USD 7,787,718.31 USD 8,138,295.69 USD 8,525,667.26 USD 7,593,031.48 USD 8,496,412.91 USD 7,707,223.44 USD 9,209,700.45 7) The evaluation report signed on 17th January 2017 indicated that three firms, China National Complete Plant Import and Export Limited (COMPLANT), Yanjian Group Company Limited and Cementers Uganda limited, did not pass the preliminary and technical stage and did not qualify for further evaluation. 8) Four firms, CRJE (East Africa) Limited, Seyani Brothers & Co. (U) Limited, China National Aero Technology International Engineering Corporation and Roko Construction Limited passed the preliminary and technical examination and therefore qualified for financial evaluation. 9) During the financial comparison, arithmetic checks were carried out on all Bills of quantities (BoQs) for all bidders and the corrected total bid prices were subjected to a 3 margin of preference in accordance with Section 59A of the PPDA Act. It was noted that only Seyani Brothers & Co Limited qualified for a margin of preference and Roko Construction Limited did not qualify though they had indicated that they were eligible. 10) The Committee therefore recommended award to Seyani Brothers and Company Uganda Limited at UGX USD 8,163,202.76. (United States Dollars Eight Million One Hundred Sixty Three Thousand Two hundred Two and Seventy Six Cents) inclusive all taxes. 11) The Notice of Best Evaluated Bidder was displayed from 23rd January 2017 to 6th February 2017. 12) On 27th January 2017, Roko Construction Limited applied for Administrative Review which was rejected by NDA on 6th February 2017. 13) On 15th February 2017, Roko Construction Limited applied for Administrative Review before the Authority. 2.0 LEGAL PROVISIONS APPLICABLE i) ii) iii) iv) 3.0 The Public Procurement and Disposal of Public Assets Act, 2003. The Public Procurement and Disposal of Public Assets Regulations, 2014. The PPDA (Administrative Review) Regulations, 2014. The Bidding Document issued. METHODOLOGY In investigating the application for Administrative Review, the Authority adopted the following methodology: 3.1 Review of the following documents: i) Bid notice; ii) Bidding document issued to bidders; iii) Pre-bid minutes; iv) Bids submitted by bidders; v) Record of receipt of bids; vi) Record of bid opening; vii) Evaluation report; viii) Application for Administrative Review to the Accounting Officer, NDA by Roko Construction Limited ix) Administrative Review decision by the Accounting Officer, NDA; and x) Application for Administrative Review to the Authority by Roko Construction Limited 4 3.2 Administrative Review Hearing An Administrative Review hearing was held on 3rd March 2017. The hearing was attended by the following persons: Table 2: Attendance at the Administrative Review hearing No Attendee NDA - Entity 1. Moses Kirungi 2. Miriam Lawino Title Head Procurement & Disposal Unit Ministry of Education & Sports – Member of the Evaluation Committee. 3. Eng. Happy Moses Were KCCA – Member of the Evaluation Committee 4. Cyprian Mwesigwa Contracts Committee Chairperson 5. Kiguli Peter Kitooke Evaluation Committee Chairman 6. Paddy Lutalo Ag. ED/SA 7. Mark Kamanzi Head Legal Roko Construction Limited - Applicant 1. Derek Cippssen Director, Roko Construction 2. Mark Koehler Managing Director, Roko 3. Nyakato Diana Roko 4. Munguci Brenda Quantity Surveyor 5. George Akule Quantity Surveyor Seyani Brothers and Company Uganda Limited - BEB 1. Manish Siyani Managing Director 2. Sarfaraz Jiwani General Manager 4.0 THE ADMINISTRATIVE REVIEW PROCESS AT ENTITY LEVEL 4.1 Application for Administrative Review to the Accounting Officer On 27th January 2017, Roko Construction Limited, applied to the Accounting Officer of NDA for Administrative Review and the grounds were as follows: (Annex 1) a) The projects (Course View towers and URA Head Quarter Towers) submitted by Seyani Brothers & Company (U) Limited as experience did not meet the requirements stated in the NDA bidding document. The evaluation criteria under Section 3- Evaluation Methodology and Criteria item 6.2.7 stated in part: “Specific Experience” (i) Participation as a contractor, management contractor, or subcontractor, in at least 03 (three) contracts within the last 05 (five) years with a minimum of 9 floors, with a minimum value of USD 9,000,000 or UGX 30 billion that have been successfully completed and are like the proposed works. The similarity shall be based on the 5 physical size, complexity, methods/technology or other characteristics as described in Section VI Employer’s Requirements (page 39 of 111) b) Seyani Brothers (U) Limited did not meet the requirements of benefiting from the margin of preference in accordance with Section 59A (1a and 3b) of the PPDA Act, 2003 and ITB 34.1 and 34.3 of the NDA bidding document. From the bidding document under Section D, Financial Comparison criteria, clause 8.3 (a) was used to give a margin of preference to Seyani Brothers (U) Limited. There was no proof of Ugandan Citizenship furnished to NDA by Seyani Brothers and Company. 4.2 Response by the Accounting Officer to the Application for Administrative Review On 6th February 2017, the Accounting Officer of NDA dismissed the application for Administrative Review by Roko Construction Limited for the following reasons: (Annex 2) i. Whereas Seyani Brothers & Company (U) Limited executed the projects referred to by Roko Construction Company Limited as inadequate experience, Seyani Brothers & Company (U) Limited did not submit Course View Towers to support their specific or general experience. The bidder submitted URA Headquarters Towers among current and ongoing projects but not for specific experience. NDA never based its decision to award Seyani Brothers & Company (U) Limited on the said two projects. The projects considered at evaluation were; Construction of Office premises for the Office of the Auditor General at Plot 2 C, Apollo Kaggwa Road Kampala of 13 floors at UGX 60,323,502,985, Commercial Development on Plot No. 24-26, Martin Road, Old Kampala of 9 floors at USD 10,668,090.00 and Constructing Foundations and a Reinenforced Concrete Frame for an Office Block known as Block A including a basement car parking & retail outlet levels at Nile Avenue, Kampala (a phased project of 15 floors, phase 1 comprising of mass excavation , Phase 2 Construction of 15 levels of reinforced concrete structures with epoxy floor and fare finished concrete at USD 9,162,090.00 ii. On the ground of the margin of preference, the NDA bidding document indicated in the Instruction To Bidders (ITB), Part 34.2 and 34.3 that for purposes of granting a margin of preference, bids will be classified in one of the following three groups: Group A: bids from contractors incorporated or registered in Uganda with more than fifty percent of the bidder’s capital owned by Ugandan Citizens or by the Government or a Procuring and Disposing Entity of Uganda; Group B: bids from joint ventures or associations registered in Uganda and including a contractor qualifying under the conditions in Group A which holds more than fifty percent beneficiary interest in the joint venture or association; and Group C: all other bids which do not qualify for preference under group A and B. 6 Part 34.3 of the bidding document stated that “bidders claiming eligibility for a margin of preference must complete the declarations in the bid submission sheet and provide documentary evidence of their eligibility in accordance with group “A” and “B” above”. Seyani Brothers & Company (U) Limited submitted evidence of a certified true copy of an Annual Company Returns Form, having a share capital dated 15th October 2016, indicating that there are 7 shareholders and the majority shareholder is Mr. Parbat Bhimji Siyani who owns 52.1% shares of the Company. Seyani Brothers & Company (U) Limited submitted Mr. Parbat Bhimji Siyani’s passport that indicated his Nationality as a Ugandan. The Bid submitted by Seyani Brothers & Company (U) Limited therefore fell in Group A and qualified for a margin of preference of seven percent (7%) in accordance with section 59(A) (1) (a) and Section 59(A) (3) (b) of the PPDA Act 2003. 5.0 APPLICATION FOR ADMINISTRATIVE REVIEW AT PPDA LEVEL On 15th February 2017, Roko Construction Limited applied for Administrative Review to the Authority on two grounds. (Annex 3) 1. The projects submitted by Seyani Brothers & Company (U) Limited as experience did not meet the requirements stated in the NDA bidding document. The complainant further submitted that constructing foundations and a reinforced concrete frame for an office block known as block A including a basement car parking and retail outlet levels at Nile Avenue Kampala does not meet the specifications of a building similar in nature as this is a concrete frame and not a successfully completed building similar in construction to the proposed NDA towers as per the tender requirements. 2. Seyani Brothers Company Limited was not eligible for the margin of preference accorded. 6.0. FINDINGS OF THE AUTHORITY Ground 1 The bidding document, part 1 of section 3, under the detailed evaluation criteria (Commercial Criteria) Paragraph 5.2 (d) provided that; “Evidence by the bidder that they have constructed a minimum of 03 (Three) buildings each with a minimum of 9 floors in the East African Region during the last 05 (five) years. At least 01 (One) building among the three buildings should be of phased construction. The contract value of each building should be a minimum of USD 9,000,000 (United State Dollars Nine Million) or 30,000,000,000 (Uganda Shillings Thirty Billion). The bidder should provide evidence by submitting completion certificates and copies of signed contracts clearly stating the values.” 7 Seyani Brothers & Co (U) Ltd submitted the following experience in their bid document in respect to the above provisions which was considered by the Entity during the evaluation process. No a) b) c) Name of Project Number of floors Project Value Construction of office premises for the 13 floors. UGX 60,323,502,985 office of the Auditor General at Plot 2C, Apollo Kaggwa Road, Kampala. Commercial Development on Plot 24 – 9 floors USD 10,668,090.00 26, Martin Road, Old Kampala. Construction Foundations and a 15 floors USD 9,162,903.77 Reinforced concrete frame for an office block known as Block A including a basement car parking & retail outlet levels at Nile Avenue, Kampala. In respect to Projects above; a) Construction of office premises for the office of the Auditor General at Plot 2C, Apollo Kaggwa Road, Kampala The evaluation committee found that this building complied with the requirements of the bidding document under Paragraph 5.2 (d). b) Commercial Development on Plot 24 – 26, Martin Road, Old Kampala The complainant noted that the Commercial Development on Plot No. 24-26, Martin Road, Old Kampala only had 8 floors and therefore did not meet the tender requirements. The evaluation committee found that this building complied with the requirements of the bidding document under Paragraph 5.2 (d). During the Administrative Review hearing, NDA further submitted that the building on one side has 8 floors, however, on the other side it had 9 floors and that the 9th floor was a terrace. The MAC members that travelled to Martin Road to carry out a due diligence on the building in respect to the number of floors established that the building had 9 floors excluding the terrace. The floors were labelled as B for basement with a car park and G; the ground floor that has a restaurant, the other floor labelled P with a parking area, and another level of the restaurant and six apartment floors plus a terrace. Attached is a copy of the elevation drawings of the building. (Annex 4) c) Construction foundations and a reinforced concrete frame for an office block known as Block A including a basement car parking & retail outlet levels at Nile Avenue, Kampala. 8 The complainant noted that the project of Construction foundations and a reinforced Concrete Frame for an Office Block known as Block A including a basement car parking & retail outlet levels at Nile Avenue, Kampala was inadequate experience because this did not qualify as a successfully completed project. The evaluation committee found that this building complied with the requirements of the bidding document under Paragraph 5.2 (d). In light of the above, the Authority established that the project of Construction of foundations and a reinforced concrete frame for an office block known as Block A including a basement car parking & retail outlet levels at Nile Avenue, Kampala met the requirements in paragraph 5.2 (d). Decision of the Authority on Ground One The Authority finds no merit in Ground One since the buildings submitted under specific experience met the requirements in paragraph 5.2 (d).of the bidding document. Ground 2: The complainant alleged that Seyani Brothers Company Limited was not eligible for the margin of preference accorded. The NDA bidding document indicated in the instruction to bidders, Part 34.2 and 34.3 that for purposes of granting a margin of preference, bids will be classified in one of the following three groups: Group A: bids from contractors incorporated or registered in Uganda with more than fifty percent of the bidder’s capital owned by Ugandan Citizens or by the Government or a procuring and disposing entity of Uganda; Group B: bids from joint ventures or associations registered in Uganda and including a contractor qualifying under the conditions in Group A which holds more than fifty percent beneficiary interest in the joint venture or association; and Group C: all other bids which do not qualify for preference under group A and B. Part 34.3 of the bidding document stated that “bidders claiming eligibility for a margin of preference must complete the declarations in the bid submission sheet and provide documentary evidence of their eligibility in accordance with group “A” and “B” requirements. ITB 34.3 in the solicitation document provided that: “bidders claiming eligibility of a margin of preference must complete the declarations in the bid submission sheet and provide documentary evidence of their eligibility in accordance with paragraphs 34.2 (a) or (b)” ITB 34.3 (c) of the bid Data sheet provides that: The bidder shall submit with its bid the following documents to evidence that they qualify for a margin of preference (c) Evidence of citizenship of shareholders or directors. 9 Seyani Brothers & Company (U) Limited submitted the following documents as evidence: i. A certified true copy of an Annual Company Returns Form, having a share capital dated 15th October 2016, indicating that there are 7 shareholders and the majority shareholder is Mr. Parbat Bhimji Siyani who owns 52.1% shares of the Company. Seyani Brothers & Company (U) Limited submitted ii. Mr. Parbat Bhimji Siyani’s passport (Annex 5) that indicated his Nationality as a Ugandan. On 6th March 2016, the Authority sought guidance from the Directorate of Immigration and Citizenship Control on whether: (a) possession of a Ugandan Passport is proof of Ugandan citizenship; and (b) Mr. Parbat Bhimji Siyani is a Ugandan. The Authority further requested the Directorate to verify the authenticity of the Bio data page of Mr. Siyani Parbat Bhimji Premij. (Annex 6) On ………, the Authority received a response from the Directorate of Immigration and Citizenship Control stating that……… Decision of the Authority on Ground Two Decision pending response from the Directorate of Immigration and Citizenship. 7.0 DECISION OF THE AUTHORITY In accordance with Section 91 (4) of the PPDA Act 2003 and in light of the findings of the Authority during the Administrative Review process, the Application for Administrative Review by Roko Construction Company Limited is .. 10
© Copyright 2024 Paperzz