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 Reference No: NDA/WORKS/16-17/00005 ENTITY : NATIONAL DRUG AUTHORITY APPLICANT : CHINA NATIONAL COMPLETE PLANT IMPORT & EXPORT CORPORATION LIMITED (COMPLANT) MARCH 2017 Table of Contents Acronyms ...................................................................................................................................................... 2 1.0 BACKGROUND .............................................................................................................................. 3 2.0 LEGAL PROVISIONS APPLICABLE ............................................................................................ 4 3.0 METHODOLOGY ........................................................................................................................... 5 4.0 THE ADMINISTRATIVE REVIEW PROCESS AT ENTITY LEVELError! Bookmark not defined. 5.0 APPLICATION FOR ADMINISTRATIVE REVIEW AT PPDA LEVELError! Bookmark not defined. 6.0 DECISION OF THE AUTHORITY ................................................. Error! Bookmark not defined. 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. The record of bid opening indicated the following information: Table 1: Prices read out at bid opening No Bidders 1. CRJE (East Africa) Limited 2. Seyani Brothers and Company Uganda Limited 3. China National Aero Technology international Engineering Corporation 4. China National Complete Plant Import & Export Corporation Limited (Complant) 5. Yanjian Group Company Limited 6. 7. Roko Construction Limited Cementers Uganda Limited 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) The Notice of Best Evaluated Bidder (NOBEB) was displayed from 23rd January 2017 to 6th February 2017. 3 10) No. 1 The reasons for the disqualification of China National Complete Plant Import and Export Limited (COMPLANT) were detailed out in the NOBEB as follows: Table 2: Reasons for disqualification of COMPLANT Name Reason for being unsuccessful China National a) The bidder submitted a bank facility in form of a credit Complete Plant Import agreement from Beijing East Third Branch Bank to confirm the and Export Limited source of funding. This credit agreement expired on 30th (COMPLANT) December 2016 yet the bid validity period stated in the bidding document is 28th April 2017. b) The bidder submitted contradicting documents. The contract executed between the bidder and AFRI Properties Limited had a total sum of USD 5,350,000 yet the recommendation letter from AFRI Properties Limited for the same project indicated that the cost of the building was USD 9,180,783. c) The bidder submitted contacts and recommendation letters that did not meet the minimum requirements of the three buildings with 9 floors executed at a cost of USD 9,000,000 each within the last five years as specified in the bidding document. d) The bidder submitted an Electrical Engineer, tang Tiefu as one of the key personnel for the construction project. However, the bidder did not provide evidence to confirm that the said Engineer was a registered Engineer with an Engineering Professional body as required in the bidding document. e) The Degree Certificate in Engineering from Huashan Water Conservancy and Hydro Electrical College of China submitted by the bidder to support the academic qualifications and experience of the Foreman - Civil works or the type of engineering degree obtained by this key personnel. 11) On 27th January 2017, China National Complete Plant Import & Export Corporation Limited (COMPLANT) applied for Administrative Review which was rejected by NDA on 10th February 2017. 12) On 20th February 2017, COMPLANT applied for Administrative Review before the Authority. 2.0 LEGAL PROVISIONS APPLICABLE i) ii) iii) The Public Procurement and Disposal of Public Assets Act, 2003. The Public Procurement and Disposal of Public Assets Regulations, 2014. Bidding Document issued. 4 3.0 METHODOLOGY In investigating the application for Administrative Review, the Authority adopted the following methodology: 3.1 3.2 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 bid opening; vi) Evaluation report; vii) Application for Administrative Review to the Accounting Officer, NDA by COMPLANT viii) Administrative Review decision by the Accounting Officer, NDA; and ix) Application for Administrative Review to the Authority by COMPLANT Administrative Review Hearing An Administrative Review hearing was held on 7th March 2017. The hearing was attended by the following persons: Table 3: Attendance at the Administrative Review hearing No Attendee Title NDA - Entity 1. Moses Kirungi HPDU 2. Ronna Kusemererwa SA 3. Mark Kamanzi Head Legal Services 4. Kiguli Peter Kitooke Chairperson Evaluation Committee 5. Happy Moses Were Member of the Evaluation Committee 6. Cyprian Mwesigwa Contracts Committee Chairperson COMPLANT - Applicant 1. Xu Xinslei Marketing Manager 2. Wang Jionmet Country Director 3. David S. Kaggwa Advocate Seyani Brothers and Company Uganda Limited - BEB 1. Manish P. Siyani Managing Director 2. Sarfaraz Jiwani General Manager FINDINGS OF THE AUTHORITY ON THE GROUNDS RAISED BY THE APPLICANT Ground One Wrong and irregular treatment of arithmetic errors and adjustments 5 1. ITB 33.2 (b) of the bidding document issued provided that “to financially compare bids, the Employer shall correct any arithmetic errors in accordance with ITB Sub Clause 29.4”. ITB 29.4 provides for the basis of correction of the arithmetic errors where there are discrepancies between the unit price and the total prices, or errors in total corresponding to the addition or subtraction of subtotals, and where there is discrepancy between the words and figures. 2. The Evaluation report indicated the following adjustments/corrections to the bid prices of the four firms that reached financial evaluation: Table 1: Comparison between read out and corrected prices after arithmetic adjustments Bid Prices in USD Item CRJE SEYANI CATIC ROKO Price read out at bid opening 7,787,718.31 8,138,295.69 8,525,667.26 7,707,223.44 Arithmetic errors Corrected Amount 657,122.44 24,907.07 707,681.35 470,499.11 8,444,840.75 8,163,202.76 9,233,348.61 8,185,722.55 3. Regulation 14(3) of the PPDA (Evaluation) Regulations, 2014 provides that a bidder shall be promptly notified of an arithmetic correction and requested to agree to it within five working days, in accordance with the procedure in regulation 10. 4. The Authority reviewed the arithmetic errors identified by the Evaluation Committee in the four bids at financial comparison and found that they were properly corrected in accordance with the bidding document. The requirement to notify the bidders is provided under the PPDA (Evaluation) Regulations and not the bidding document issued. 5. The Authority found that the Evaluation Committee did not communicate the arithmetic corrections made to the respective bidders contrary to Regulation 14(3) above. Decision of the Authority on Ground One The Authority finds merit in Ground One due to failure of the Entity to adhere to Regulation 14 (3) of the PPDA (Evaluation) Regulations. Ground two The degree certificate in engineering from Haushan Water Conservancy and hydro Electrical Collage of China does not show specialty in civil works or other type of Engineering. 6 Findings: 1. Part 6.1.1 of Section 3 of the evaluation methodology and criteria on personnel required the bidder to demonstrate that the foreman - civil works had a minimum of a Higher Diploma in building and civil. 2. In response to this requirement, COMPLANT proposed Mr. Lang Wanxi, as the Foreman – civil works and attached a copy of degree certificate in engineering from Haushan Water Conservancy and hydro Electrical Collage of China. The bidder also submitted a translated version of the degree certificate which did not indicate any specialization of engineering. 3. The Evaluation Committee evaluated proposed personnel for foreman – civil works as non-compliant since the certificate did not meet the criteria in the bidding document. 4. During the hearing, COMPLANT stated that the translated version of the certificate had an omission of the word “civil” but this was after bid submission. 5. The Authority found that the qualifications for the proposed personnel for foreman – civil works by COMPLANT were properly evaluated and did not meet the requirement in the bidding document. Decision of the Authority on Ground Two The Authority finds no merit in Ground Two. Ground 3 That the bidder submitted contradicting documents. The contract executed by the bidder and AFRI properties Limited had a total sum of USD 5,350,000 yet the recommendation letter from AFRI properties Limited indicated USD 9,180,783. 1. Paragraph 5.2 (d) of Part C on the detailed evaluation criteria (commercial) of the bidding document required bidders to submit: “(d) 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 or 30,000,000,000. The bidder should provide evidence by submitting completion certificates and copies of signed contracts clearly stating the values.” 2. In response to the above requirement, COMPLANT submitted the following documents with respect to the construction of commercial building project (Lugogo House): 7 a) Contract dated 18th June 2011 between AFRI Properties Limited and COMPLANT worth USD 5,350,000; b) Recommendation dated 17th February 2016 by AFRI Properties Limited stating the final project sum as USD 9,180,782.50; c) A completion certificate for the Project with no contract value. 3. The Authority found that: a) The contract for the Lugogo House had a sum of USD 5,350,000 which was different from what was stated in recommendation by Afri Properties Ltd of USD 9,180,782.50 yet the certificate of completion did not have a contract value. b) The Evaluation Committee properly evaluated the Project for Lugogo House when it found that it did not meet the criteria provided in the bidding document. Decision of the Authority on Ground Three The Authority finds no merit in Ground three Ground 4 That the bidder submitted a bank facility in form of a Credit Agreement from Beijing East Third Branch. This agreement expired on 30th December 2016 yet the bid validity period stated in the bid document was 28th April 2017. 1. Paragraph 5.2 (f) of Part C on the detailed evaluation criteria (commercial) of the bidding document provided that: “(f) The Bidder should provide evidence that they have a minimum working capital of USD 1,765,000 or UGX 6,000,000 at the time of bidding. The documents required to show evidence of working capital shall be bank statements signed and issued by authorized signatories of the bank” 2. In response to the above requirement in the bidding document, COMPLANT submitted a Credit Agreement from Beijing East Third Branch instead of the bank statements signed and issued by authorized signatories of the bank as required by the bidding document. 3. The Authority found that : a) The Credit Agreement had expired in December 2016 and did not amount to bank statement as required by the bidding document. 8 b) The Evaluation Committee properly evaluated the requirement of the minimum working capital of COMPLANT. Decision of the Authority on Ground four The Authority finds no merit in Ground four. Ground 5 That the bidder submitted contracts and recommendation letters that did not meet the minimum requirements of three buildings with 9 floors executed at a cost of USD 9,000,000 each within the last 5 years as specified in the bidding documents and there was no evidence that the Electrical Engineer Tang Tiefu was registered. 1. Part 6.1.1 of Section 3 of the evaluation methodology and criteria on personnel required the bidder to propose an Electrical Engineer registered by the Engineers Registration Board or equivalent professional body with a total experience of 8 years. 2. In response to the requirement in paragraph (i) above, COMPLANT submitted the following six projects: Table 2: Projects submitted by COMPLANT No. CONTRACT TOTAL CONTRACT IDENTIFICATION AMOUNT 1. Construction of (Lugogo UGX 33,509,857,950 House) Multi-Storey USD 9,180,783 Commercial Building 2. Hotel Azul Mahogany UGX 462,000,000,000 Project USD 140,000,000 3. Design-ConstructionUGX 58,186,816,589 Equipment of the New UGX 32,147,412 Attorney General Buildings and the New Residences for Deputy Attorney Generals, Magistrates and Senior Officials in Maputo 4. Sam Lord’s Castle Hotel UGX 547,200,000,000 Project USD 200,000,000 5. Construction of office UGX 34,656,000,000 building for Uganda Bureau USD 9,600,000 Ending month/year September 2014 LOCATION To date Jamaica June 2016 Republic of Mozambique To date Barbados August 2007 Uganda Uganda 9 No. CONTRACT TOTAL CONTRACT Ending IDENTIFICATION AMOUNT month/year of Statistics and Uganda Computer Services 6. National Theatre of Senegal UGX 95,650,000,000 April 2011 USD 38,260,000 LOCATION Senegal 3. COMPLANT proposed Tang Tiefu among the proposed personnel as the electrical engineer. However, they did not submit proof that Mr. Tang Tiefu was registered by the Engineers Registration Board or equivalent professional body. 4. The Authority found that: a) The Evaluation Committee properly evaluated the Applicant’s experience with respect to having constructed three buildings with 9 floors executed at a cost of USD 9,000,000 each within the last 5 years. b) With respect to the requirement of the proposed Electrical Engineer, the Applicant did not submit evidence that Mr. Tang Tiefu was registered by the Engineers Registration Board or equivalent professional body. c) The Evaluation Committee properly evaluated the Applicant’s proposed Electrical Engineer with respect to the requirement of being registered by the Engineers Registration Board or equivalent professional body. Decision of the Authority on Ground five The Authority finds no merit in Ground five. 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 COMPLANT is rejected with respect to Grounds 2, 3, 4 and 5. Since the non-communication of the arithmetic error in Ground 1 was a procedural anomaly, the Authority advised the Entity to proceed with the procurement process and caution the Head, Procurement and Disposal Unit and Evaluation Committee members for failing to communicate the arithmetic corrections made to the respective bidders contrary to Regulation 14(3). 10
© Copyright 2026 Paperzz