e M/S COMMUNICATIONS AND ACCESSORIES INT –GERMANY PUBLIC PROCUREMENT AND DISPOSAL OF PUBLIC ASSETS AUTHORITY REPORT ON THE APPLICATION FOR ADMINISTRATIVE REVIEW IN RESPECT TO THE TENDER FOR CONSTRUCTION OF 33KV LINES AND ASSOCIATED LOW VOLTAGE NETWORKS PROCUREMENT REF: REA/WRKS/09-10/00008 ENTITY: RURAL ELECTRIFICATION AGENCY Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 1 of 30 TABLE OF CONTENTS ACRONYMS 4 1.0 BACKGROUND 5 2.0 LAW APPLICABLE 11 3.0 METHODOLOGY 12 4.0 GROUNDS RAISED BY THE COMPLAINANT AND FINDINGS OF PPDA ON GROUNDS 14 5.0 OBSERVATIONS 25 6.0 DECISION OF THE AUTHORITY 27 7.0 CORRECTIVE MEASURES 29 Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 2 of 30 ANNEXES: Annex 1: Best Evaluated Bidder Notice dated 12th January 2010. Annex 2 Application for Administrative Review to the Accounting Officer dated 21st January 2010. Annex 3: Annex 4 Decision of Accounting Officer on the application dated 15th February 2010. “A” and “B”: Applications for Administrative Review to PPDA dated 17th February 2010 and 1st March 2010 respectively. Annex 5: Accounting Officer’s letter forwarding the procurement file dated 23rd February 2010. Annex 6: Annex 7: Representations to PPDA from other bidders dated 1st March 2010. Uganda Revenue Authority’s letter of no-objection issued to M/s Ferdsult Engineering Services Ltd (BEB) dated 24th August 2009. Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 3 of 30 ACRONYMS AAAC - All Aluminium Alloy Conductors AO - Accounting Officer BDS - Bid Data Sheet BEB - Best Evaluated Bidder BS - British Standards CC - Contracts Committee EC - Evaluation Committee ITB - Instructions to Bidders MAC - Management Advisory Committee, PPDA NC - Non Compliant PDU - Procurement and Disposal Unit PP - Public Procurement PPDA - Public Procurement and Disposal of Public Assets Authority REA SBD - Rural Electrification Agency Standard Bidding Document TCS - Technical Compliance Selection method UNBS - Uganda National Bureau of Standards URA - Uganda Revenue Authority Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 4 of 30 1.0 BACKGROUND 1.1 The Rural Electrification Agency initiated the procurement for the acquisition of contractors for the Construction of 33kV Lines and Associated Low Voltage Networks with funding from the Government of Uganda and invited eligible bidders using the Open Domestic Bidding method for the construction of 33kV Lines and Associated Low Voltage Networks from Mpanga-Kamwege-Kahunge-Nkingo. 1.2 The advert for this procurement was run in the New Vision on 31st July 2009 and in the Daily Monitor and The Observer newspapers of 06th August 2009. The estimated value of the procurement was UGX 8,669,789,440/=. A complete set of bidding documents in English was to be purchased by interested bidders starting on Thursday 6th August 2009 and the closing date for bid submission as per the advert was Friday 4th September 2009 at 11.00 am. Bid opening was set at 11:15am of the same day. 1.3 On the 7th August 2009, the Contracts Committee appointed the following to the Evaluation Committee; 1.4 Name Designation 1. Mr. Phillip F.P. Ggayi SPE/Project Planning (Chairman) 2. Mr. Herbert Kakiza Project Consultant/ M/s Multi-Konsult Ltd 3. Eng Bernard Kisembo Project Consultant/ M/s Multi-Konsult Ltd 4. Ms. Deborah Natume SCE/Project Monitoring & Evaluation 5. MS. Annette Katuramu Procurement Officer, REA(Secretary) On Tuesday 18th August 2009 and Monday 24th August 2009 a pre-bid meeting and prebid site inspection were held at Rural Electrification Agency Boardroom and Kamwenge District respectively. Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 5 of 30 1.5 On Friday 18th September 2009 at 11:00am submission of bids closed and bids were opened at 11:15 am in the REA Boardroom witnessed by representatives of M/s MultiKonsult Ltd, the Consulting Engineers & Technical Planners, PDE staff and the bidding firms who signed the attendance PPDA Form 35 (record of bid opening). 1.6 The following 16 firms purchased bidding documents; Firms that purchased Bidding documents. 1. M/s Eng. E.N.K Sempebwa Partners 2. M/s Dott Services Ltd 3. M/s CPCC International Company (u) Ltd 4. M/s Powergen technology (u) ltd 5. M/s Chint Electric Co. Ltd 6. M/s Haso Engineer Co. Ltd 7. M/s Yot- Kom Engineer Co Ltd 8. M/s Meridian Sales & Services Ltd 9. M/s Omega Construction Ltd 10. M/s NGM Company limited 11. M/s Ferdsult Engineering Services Ltd 12. M/s SD Agri Hitech (u) Ltd 13. M/s National Contctis Co. UR 14. M/s VS Energy (Pty) limited 15. M/s Patronic Services (u) Ltd 16. M/s Megger Technical Services Ltd 1.7 The following firms submitted the bids; No. Name of bidder Bid price read out 1. M/s NGM Company limited 12,536,218,991.34 2. M/s Ferdsult Engineering Services Ltd 11,142,943,080 Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 6 of 30 3. 1.8 M/s Spencon Servcies Ltd 8,966,333,317 4. M/s Marma Technical Services 11,492,751,000 It was noted that whereas the Complainant, M/s Spencon Servcies Ltd and M/s Marma Technical Services submitted bids, they were not listed on PP Form 30 (record of issue of solicitation document fee payable). 1.9 Evaluation Methodology: The evaluation methodology used was Technical Compliance Selection method (TCS) and the following was the outcome at each of the 3 stages: 1.9.1 Preliminary evaluation: Out of the four (4) bids received, two (2) bids were disqualified for the reasons below: Bidder Reasons for disqualification 1. M/s NGM Company • limited 2. M/s 18.1 that required for an original. Marma Services 1.9.2 Bid security in photocopy form contrary to ITB Technical • No bid Security; • Incomplete bid submission sheet; and • Details of company bankers not provided. Technical Evaluation: The remaining two (2) bids were evaluated and only one (1) bid passed on item by item basis using the pass/fail methodology as summarised in the table below: Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 7 of 30 Name of bidder M/s Ferdsult M/s Spencon Engineering Services Servcies Ltd Ltd Evaluation Criteria 1. Detailed work method statement for the Not considered Not considered works 2. Passed experience as prime contractor over C C the last ten (10) years 3. Presentation of at least three (3) completion C C certificates for passed work done that is at least 70% complete. 4. Competence of the following key technical personnel (proof by signed CVs of key personnel); • Electrical Engineer C NC1 • Surveyor C NC2 • General Foreman C C C3 NC Conductors C NC4 Stays and galvanised steel wires C NC Distribution transformers C C 5. Specifications of the major materials i.e. 1 Not member of professionally recognized institutions Lacked the desired qualification and not a member of professionally recognized institutions. This was held to be a major deviation from the technical requirements given the nature of the work involved 3 The Evaluation team agreed to get type test certificates on the transformers which were missing from the offer, get clarity on the type of creosote used to treat the impregnated wooden poles and the key items such as conductors and transformers further quality assurance was to be ensured during the factory acceptance tests. 4 Lacked manufacturer’s data for AAAC 200sqmm and 100sqmm. 2 Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 8 of 30 Name of bidder M/s Ferdsult M/s Spencon Engineering Services Servcies Ltd Ltd Wooden poles C NC 33kV line Insulators C C NC: Non Compliant C: Compliant Commercial evaluation was conducted on only M/s Ferdsult Engineering Services Ltd and was found to be complaint with the terms and conditions of the proposed contract and completion date of twelve (12) months. 1.9.3 Financial Evaluation: M/s Ferdsult Engineering Services Ltd was ranked the lowest priced bid at UGX 11,163,197,920/= (inclusive of 18% VAT and 5% contingency). 1.9.4 Best Evaluated Bidder M/s Ferdsult Engineering Services Ltd was the Best Evaluated Bidder as recommended by the Evaluation Committee. 1.9. 5 The Evaluation Committee further recommended that the Entity holds negotiations with M/s Ferdsult Engineering Services Ltd. 1.10 On 4th January 2010, a negotiation meeting was held between REA where M/s Ferdsult Engineering Services Ltd was confirmed as the BEB at the Contract price of UGX 11,163,197,920/= (VAT inclusive) among other issues. 1.11 On 12th January 2010 (Annex 1), a notice was displayed showing M/s Ferdsult Engineering Services Ltd the Best Evaluated Bidder. The notice was to expire on 25th January 2010. Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 9 of 30 1.12 On 21st January 2010, M/s Spencon Servcies Ltd, wrote to the Accounting Officer, REA expressing dissatisfaction that they had not been considered as best evaluated bidder, despite their bid price being lower than the BEB. (Annex 2) 1.13 On 15th February 2010, the Permanent Secretary, Ministry of Energy and Mineral Development issued his decision to the complainant dismissing the complaint with the following reasons. (Annex 3) i. The bid price for M/s Ferdsult Engineering Services Ltd read out at the bid opening was UGX 11,142,943,080/= (VAT inclusive). During the financial evaluation arithmetic errors were corrected which led to a bid total amounting to UGX. 11,163,197,920/= (VAT inclusive). The financial evaluation was conducted in accordance with to PPDA Regulation 190 & 192. ii. In line with the evaluation methodology stated in the solicitation document, your bid had the following shortcomings: 1.14 a. CVs for personnel were not signed b. You did not submit Type Test Certificates for conductors as requested c. Your firm did not meet the specification for the poles d. You quoted a standard for AAAC conductor that is no longer in use. However, the Permanent Secretary, Ministry of Energy and Mineral Development informed the Complainant that due to other findings on the procurement process, it was found appropriate for REA to invite fresh bids. 1.15 On 17th February 2010, M/s Spencon Servcies Ltd applied to the Authority for an Administrative Review under Reg. 347 of PPDA Regulations. However, they stated that they would submit a full and detailed explanation in support of their application letter within the time scale set as per Section 347 (2) of PPDA Regulations (Annex 4 ‘A’) 1.16 On 1st March 2010, M/s Spencon Servcies Ltd submited a detailed explanation in support of thier earlier application (Annex 4 ‘B’) Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 10 of 30 1.17 On 22nd February 2010, the Authority wrote to the AO, Rural Electrification Agency informing them that the complainant had submitted an Application for Administrative Review and thus requested the PDE to submit documents relating to the procurement process. 1.18 On the 23rd February 2010 (Annex 5), the Accounting Officer, REA wrote to PPDA submitting documents for the Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008. In addition the Accounting officer informed the Authority of the following as issues surrounding this procurement; a. The Entity had already lost a lot of time attending to an earlier Application for Administrative Review by M/s Spencon Services Limited which Application was dismissed; b. Due to other findings in the procurement process, the Entity decided to cancel the procurement and re-tender the procurement process; c. The construction and commissioning of this line is urgent due to the following reasons: i. It has a lot of implications on the Entity’s power supply agenda; ii. The Government has been looking forward to its commissioning so as to evacuate power from 18MW Mpanga hydro power plant and then decommission an equivalent amount of generation from the expensive diesel plants. This would mean lower generation cost ,implying lower tariffs; and iii. The Entity assured government that the above scenario would be realized by the end of June 2010 when the Mpanga power plant is slated for commissioning. The evacuation line must have been commissioned by the time of commissioning the power plant. Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 11 of 30 2.0 LAW APPLICABLE 2.1 The Public Procurement and Disposal of Public Assets Act No. 1 of 2003 2.2 The Public Procurement and Disposal of Public Assets Regulations No. 70 of 2003. 2.3 The Public Procurement and Disposal of Public Assets Procurement Guidelines 2.4 The Solicitation Document for the Procurement referenced Procurement Ref: REA/WRKS/09-10/00008 dated 06th August 2009 3.0 METHODOLOGY 3.1 A review and analysis of information submitted by the Entity including in the following documents was done: i. A copy of invitation to bidders; ii. Solicitation Document issued by REA; iii. Record of bid issue iv. Record of bid opening; v. Bids submitted by the four (4) bidders; vi. The Evaluation report; vii. Minutes of the Evaluation Committee; viii. Minutes of the Contracts Committee ix. Notice of the Best Evaluated Bidder; x. Negotiation plan; xi. Negotiation report/minutes; xii. Administrative review by the Entity; xiii. Procurement Plan 2009/10; and xiv. General Correspondences Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 12 of 30 3.2 In accordance with Regulation 347 (4) (c), on 26th February 2010, PPDA wrote to all the bidders who participated in the procurement informing them of the Application for Administrative Review by the complainant and requested them to submit their representations. 3.3 On 1st March 2010, PPDA received representations from M/s Ferdsult Engineering Services Ltd and M/s Marma Technical Services. (Annex 6) 3.4 On 3rd March 2010, PPDA convened an administrative review hearing for the parties to present their respective cases. The attendance during the hearing is listed below: No. Entity/REA Designation/Employer 1. Under Secretary, Ministry of Energy and Mr. William Luwemba Apuuli Mineral Development 2. Mr. Godfrey Turyahikayo Executive Director, REA 3. Ms. Barbara Asiimwe Ag. Chairperson, Contacts Contracts, REA. 4. Mr. Richard Muhangi Contracts Committee, REA 5. Mr. Andrew Mugume Senior Planning Engineer, REA 6. Mr. Philip F.P.Ggaji SPE,REA 7. Ms. Annette T. Katuramu Procurement Officer, REA 8. Eng. Kisembo B.A Project Consultant,M/s Multi-Konsult Ltd 9. Mr. Herbert Kakiiza Project Consultant, M/s Multi-Konsult Ltd No. Applicant/M/s Speencon Servcies Ltd Designation/Employer Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 13 of 30 No. Entity/REA Designation/Employer 1. Mr. Pobbathi Sseenivashi Chief Engineer Electrician 2. Mr. GSN Nurty General Manager (Planning & Contracts) 3. Mr. K.S.V Kumar Regional Director. 4.0 GROUNDS RAISED BY THE COMPLAINANT AND PPDA FINDINGS 4.1 GROUNDS RAISED BY THE COMPLAINANT In the application for administrative review to the Authority, the applicant raised dissatisfaction on the following six (6) grounds. Ground One: CVs for Personnel were not signed: The requirement was ambiguous as there was no specific mention that the CVs should be “signed by respective personnel” Ground Two: You didn’t submit Type Test Certificates for Conductor: In our original bid submissions, we have proposed to use conductors manufactured and supplied by M/s Patel Wire Industries. Ground Three: Your firm did not meet the specification for the poles: A review of the technical specification requirement for Eucalyptus Wooden Poles as per Section -6 indicates that it should comply to the standards of BS 1990 and as observed salient features of the technical particulars are over stated (exaggerated) and does not follow strictly in accordance with BS 1990. Ground Four: You quoted a standard for AAAC Conductors that is no longer in use: A review of the technical specifications requirement for AAAC Conductors as per Section 6 indicates that all the standards specified are not relevant to the specifications of finished product AAAC Conductors. Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 14 of 30 Ground Five: Bid price Comparison: The bid price comparison confirms that our bid is lower that the BEB by an amount of UGX 2,196,864,653. This confirms that Entity will incur a significantly higher cost if its decision is not reviewed. Ground Six: Decision of inviting fresh bids: All procurements have to be carried out in accordance of Part III -Basic Procurement and Disposal Principles such that the Entity gains effective competition through the open bidding. Inviting fresh bids will only escalate the costs due to inflation and the project completion can be delayed due to delayed procurement. 4.2 FINDINGS OF PPDA ON THE ABOVE GROUNDS RAISED. 4.2.1 Ground One: “CVs for Personnel were not signed: The requirement was ambiguous as there was no specific mention that the CVs should be “signed by respective personnel”. PPDA Findings Under detailed evaluation criteria commercial and technical criteria part 5.2 (d) on page 3 of 6, the biding document requested for competence of key personnel and recently signed CVs for the following positions; i. Electrical Engineer ii. Surveyor iii. General foreman. On reviewing the complainant’s bid, the Authority established that the CV’s were not signed by the individuals as stated in the Accounting Officers’ response but signed by the authorised person to submit their bid. Further review of all the submitted bids, the Authority noted that the BEB and M/s NGM Company limited too submitted unsigned CVs contrary to part 5.2 (d) of the bidding document Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 15 of 30 and only M/s Marma Technical Services complied in this area although their bid was not considered as they were eliminated at preliminary. At the hearing, the PDE clarified that they expected CVs recently signed by their respective owners. The Complainant stated that all their submitted CVs were signed by the person who was authorised to sign and submit the bid and they were of the view that the issue of CVs not being signed by their respective owners was immaterial and more emphasis should be put on the competence of the proposed technical personnel and not whether the CVs were signed. In public procurement its good practice for CVs to be signed by their respective owners as a way of authenticating whatever is stated therein and to confirm the availability of such staff to do the works. In addition they can be initiated by an authorised party as part of a bid. Regulation 183(7) of PPDA Reg, 2003 states that “The classification of a deviation, reservation or omission as material or non- material shall be consistently applied to all bids” In this case, the Authority observed that there was no consistence in the rule of law as all CVs submitted by all bidders were not signed and there was no mention in the evaluation report on whether this criteria had been waived. Decision of the Authority on Ground 1: Based on the above observations, the Authority finds merit in Ground 1 of the application because there was no consistency applied by the Entity with regard to treatment of bidders on this requirement during evaluation since the CVs submitted by all bidders were not signed and yet some were passed. It was also not very clear whether it was only the owners of the CVs to sign them or they could be endorsed by the person authorized to submit the bid. Further, the Evaluation Report was silent as to whether this criterion had been waived by the Evaluation Committee Ground One is therefore up held Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 16 of 30 4.2.2 Ground Two: You didn’t submit Type Test Certificates for Conductor: In our original bid submissions, we have proposed to use conductors manufactured and supplied by M/s Patel Wire Industries. PPDA Findings Part 3 Section 6 Statement of Requirement on page 39 of 74 of the bid document, requested for “Type Test Certificates for conductors and steel wires issued by an approved reputable independent testing laboratory in addition PDE would call for typed tests to be carried out at the manafactuerers works and witnessed by purchaser or representative”. The Authority has noted the following on reviewing the four submitted bids; No. Name of the Bidder 1. M/s Spencon Servcies Managment system certificate by M/s Patel Wire Ltd -Complainant Submited information Industries for the manufacturing and supply of all types of aluminium conductors used in power transfomation and distribution. 2. M/s Ferdsult M/s ZTT certificate and technical specifications for all Engineering Services alluminum- alloy conductors (AAAC). Ltd -BEB 3. M/s NGM Company Indicated document section No. 9- ISO& Qulaity limited certificates issued by KEBS5, however there were not attached 4. M/s Marma Technical Not submitted Services 5 Kenya Bureau of Standards. Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 17 of 30 All the four (4) bidders were therefore non compliant on the required Type Test Certificates for Conductor, however, the evaluation report indicates that the evaluation committee agreed to conduct further quality assurance on the BEB’s Conductors during Factory Acceptance Tests. At the hearing the Entity clarified that Type Test Certificates are issued by reputable independent bodies (UNBS equivalent) and not manufatucturers and this creteria was not considered during evalaution as it can be verified independently, however, ther was no record to that effect. Decision of the Authority on Ground 2 The Authority does not find merit in Ground 2 of the application because the Solicitation document was very clear that the Type Test Certificates had to be issued by an approved reputable independent testing laboratory which the complainant did not compliant submit. Ground two is therefore not up held 4.2.3 Ground Three: Your firm did not meet the specification for the poles: A review of the technical specification requirement for Eucalyptus Wooden Poles as per Section -6 indicates that it should comply to the standards of BS 1990 and as observed salient features of the technical particulars are over stated (exaggerated) and does not follow strictly in accordance with BS 1990. PPDA Findings Part 3 Section 6- (3) the statement of requirements on pages 31- 37 of 74 of the bidding document provided for varying specifications for selection, treatment, testing and delivery of treated wooden support poles structures for the project. Generally as indicated on page 31 of 74, the poles in use for power lines supports are as follows; Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 18 of 30 Height/ (m) length Diameters (/circumference) Preferred use 1500mm from the 150mm from the butt top 11 250(785) 190(597) 12 260(816) 197(618) 13 280(879) 210(659) 14 280(879) 210(659) 15 300(942) 230(722) >15 >300(942) 230(722) HV lines(>33kV) 9 230(722) 180(565) LV Lines, Cross arms & Lay MV Lines (11-33kV) poles. In addition it was stated that the bidder ideally may use the above or even higher poles as long as the perceived profile design meets the minimum technical requirements. Part 3 (ii) further stated that the standards of the equipment supplied under this section shall conform to the BS 144, BS 913, BS 1990, Din 48350 and ANSI0.5.1-1972. The comparison between the specifications proposed by the four (4) bidders and what was required under the biding document is herein below; Height/ Required M/s Spencon M/s Ferdsult M/s length Servcies Ltd - Engineering (m) Complainant Services Ltd NGM M/s Marma Company - limited Technical Services BEB Required Submitted6 Submitted 6 The proposed wooden poles would be obtained from Uganda Electricity Distribution Company Limited (UEDCL), Lugogo, although at the hearing the Entity clarified that they were not required to use such poles. Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 19 of 30 butt top butt butt butt top 11 250 190 240 180 250 190 12 260 197 252 190 260 197 Indicated “same as No response required” 13 280 210 ---- ----- ---- ---- 14 280 210 260 200 280 210 15 300 230 280 210 300 230 >15 >300 230 ----- ------- ---- ---- 9 230 170 230 180 180 225 The Complainant stated that the required specifications set by the Entity were non-standard and do not comply with BS1990 or any other international standards. The Authority has established that there are different sizes of poles under the set standards of BS 144, BS 913, BS 1990, Din 48350 and ANSI0.5.1-1972 i.e. light poles, medium poles and stout poles. The Entity’s specifications for the procurement at hand were for stout poles whereas the Complainant’s proposed medium poles although both meet the BS 1990 standard. PPDA Guideline 2/2005 requires procuring and disposing entities to hold pre-bid meetings to allow potential bidders to seek clarification or access to project sites where applicable in accordance with Regulation 149 of the Public Procurement and Disposal of Public Assets Regulations, 2003. As noted under Part 1.4 on page 5 of 25 above, two pre- bid meetings were held on this procurement, however, the Complainant did not raise the issue of the set specifications being over stated (exaggerated) and that they do not follow strictly in accordance with BS 1990. Decision of the Authority on Ground 3: The Authority finds no merit in Ground 3 of the application because the Solicitation document clearly indicated the minimum technical specifications for the wooden poles; in this case, the Complainant submitted alternative specifications below the required minimum specifications and Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 20 of 30 therefore was not compliant. Furthermore, the Complainant did not seek any clarifications on the technical specifications during the bidding period as provided for under PPDA Regulation 148 (1). Ground three is therefore not upheld 4.2.4 Ground Four: You quoted a standard for AAAC Conductors that is no longer in use: A review of the technical specifications requirement for AAAC Conductors as per Section 6 indicates that all the standards specified are not relevant to the specifications of finished product AAAC Conductors. PPDA Findings Part 3 Section 6- (4) the Statement of Requirements on pages 38 of 74 of the bidding document specified the requirements for the design, manufacturer, testing and delivery to site of 33kV (MV) and Low voltage (LV) bare overhead All Aluminium Alloy Conductors (AAAC) in conformity to the latest edition of the appropriate IEC specifications and/or other recognised international standards. The performance of all four bidders against the detailed technical specfciations under the bidding document and thsoe submited by the four (4) bidders as follows; Type Required M/s Spencon M/s specifications Servcies Ltd - Engineering Complainant Ferdsult M/s NGM M/s Company Marma Services Ltd - limited Technical BEB Services Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 21 of 30 AAAC BS1728,BS BS:3242:1970 conductors 1475,BS3L52 200mm² ISO 9001, ISO BS1728,BS 14001, IEC 1475,BS :1970,BS4140 60888, 60889, 3252:1970,BS - 61232, 60104, 4140- 23:1987,BSE ASTM n12373- 502,230, 498, 12373- 9:1999,IEE60, 398, 415, IEC 9:1999,IEE60, 71, 227, 228, 61089, ASTM 71, 227, 228, 889 B 399, AAAC50 B 23:1987,BSEn 231, 889 232,416,524, 711, 549 AAAC BS1728,BS BS:3242:1970 conductors 1475,BS3L52 100mm² ISO 9001, ISO BS1728,BS 14001, IEC 1475,BS :1970,BS4140 60888, 60889, 3252:1970,BS - 61232, 60104, 4140- 23:1987,BSE ASTM n12373- 502,230, 498, 12373- 9:1999,IEE60, 398, 415, IEC 9:1999,IEE60, 71, 227, 228, 61089, ASTM 71, 227, 228, 889 B 399, AAAC50 B 23:1987,BSEn 231, 889 232,416,524, 711, 549 AAAC BS1728,BS conductors 1475,BS3L52 50mm² BS:3242:1970 ISO 9001, ISO BS1728,BS 14001, AAAC50 IEC 1475,BS :1970,BS4140 60888, 60889, 3252:1970,BS - 61232, 60104, 4140- 23:1987,BSE ASTM n12373- 502,230, 498, 12373- 9:1999,IEE60, 398, 415, IEC 9:1999,IEE60, B 23:1987,BSEn Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 22 of 30 71, 227, 228, 61089, ASTM 71, 227, 228, 889 B 399, 231, 889 232,416,524, 711, 549 From the above information, M/s Spencon Services Ltd submitted BS:3242:1970 specifications different from what was required in the bid document for all the three different conductors and was therfore not compliant. Decision of the Authority on Ground 4: The Authority finds no merit in Ground 4 of the application because the complainant submitted specifications for all the three different AAAC Conductors that were different from what was required in the Solicitation document and was therfore not compliant. Ground four is therefore is not upheld 4.2.5 Ground Five: Bid price Comparison: The bid price comparison confirms that our bid is lower than the BEB by an amount of UGX 2,196,864,653. This confirms that Entity will incur a significantly higher cost if its decision is not reviewed. PPDA Findings Clause 8 of Part 2 Section 3 under the Evaluation Methodology and criteria clearly stated that the best evaluated bid would be determined as the lowest evaluated price, from among those which are eligible, complaint and substantially response and the Evaluation methodology used by the Entity in this tender was Technical Compliance Selection (TCS) as stated in the Solicitation documents. Under PPDA Regulation 214 (1) Technical Compliance Selection is the evaluation methodology that recommends the lowest priced bid, which is substantially responsive to the Commercial and technical requirements of the Entity. Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 23 of 30 According PPDA Regulation 215 (3) under the Technical Compliance Selection method, a bid which is not eligible and non compliant shall be rejected and eliminated from further evaluation. As noted above M/s Spencon Servcies Ltd was non compliant in some area and according to the Evaluation report was rejected and eliminated at technical evaluation therefore was not considered at financial evaluation. Decision of the Authority on Ground 5: The Authority finds no merit in Ground 5 of the application because under the applicable Evaluation Methodology of Technical Compliance Selection, financial evaluation of a bid is done only after the bid has passed both the preliminary and technical evaluation stages. Therefore, it is only the price of a bid that is eligible, commercially responsive and technically compliant that can be considered at financial evaluation as provided for under PPDA Regulation 216 (4). Ground five is therefore not upheld 4.2.6 Ground Six Decision of inviting fresh bids: “All procurements have to be carried out in accordance of Part III Basic Procurement and Disposal Principles such that the Entity gains effective competition through the open bidding. Inviting fresh bids will only escalate the costs due to inflation and the project completion can be delayed due to delayed procurement”. PPDA Findings With reference to Annex 5, the Entity clarified at the hearing that the procurement at hand has a lot of implications on the Entity’s power supply agenda, for example, i. The Government has been looking forward to its commissioning so as to evacuate power from 18MW Mpanga hydro power plant and then de-commission an Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 24 of 30 equivalent amount of generation from the expensive diesel plants. This would mean lower generation cost , implying lower tariffs; and ii. The Entity assured government that the above scenario would be realized by the end of June 2010 when the Mpanga power plant is slated for commissioning. The evacuation line must have been commissioned by the time of commissioning the power plant. PPDA has noted both concerns of the Entity and the Complainant together with the urgency of the procurement; however, the Authority makes decisions based on law, facts and merits of the complaint being handled. Decision of the Authority on Ground 6: The Authority finds no merit in Ground 6 of the application because under PPDA Regulation 95 an Entity may cancel a procurement process at any time before contract award with reasons. In this case the Accounting Officer was right to call for fresh bids given the irregularities he noted during the Administrative Review Ground six is therefore not upheld 5.0 OBSERVATIONS: 5.1 Bid Validity Contrary to the Standard Bidding Document issued by PPDA, that requires bid validity to be stated in working days, the Entity under ITB 17.1 of the Bid Data Sheet stated a bid validity period of 120 calendar days from the bid submission date of 18th September 2009 which expired on 16th January 2010. Out of the four bidders that submitted bids, 3 of them have expired bids since they complied with the120 calendar days stated in the Solicitation Document. However, the Complainant used a bid validity of 120 working days and their bid is valid till 12th March 2010. During the Administrative Review, the Authority received a copy of a letter from the Complainant to the Entity dated 5th March 2010 further extending their bid validity and bid security by 60 working days in accordance with Regulation 151. 5.2 Omission of two Bidders on PP Form 30 Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 25 of 30 Under PPDA Regulation 147 (1) an Entity is prohibited from evaluating a bid that is not recorded on PP Form 30 as having been received from a bidder who bought the solicitation document directly from the Entity. A review of the PP Form 30 revealed that 2 bidders who were evaluated namely; M/s Spencon Services Ltd and M/s Marma Technical Services were not recorded on PP Form 30. However, the procurement file submitted by the Entity had copies of receipts for both bidders with receipt numbers No 30770 and No. 30775 indicating that both bidders bought solicitation documents on 13th and 14th August respectively. 5.3 Income tax clearance The Solicitation Document under Part 2; Section 3 (B) under preliminary evaluation criteria required bidders to submit “a copy of the Bidder’s Current Income Tax Clearance certificate or equivalent; especially executed for this procurement. M/s Ferdsult Engineering Services Ltd (the best evaluated bidder) submitted a letter of no objection from Uganda Revenue Authority dated 24th August 2009. The URA letter stated as follows: “The above named tax payer has applied for a Tax Clearance Certificate for purposes of providing services of construction of power line to your organization. We have no objection to your granting the company the facility applied for.” The Authority noted that the URA letter made no specific mention of the procurement since it referred generally to “construction of a power line and the facility applied for” without mentioning the project specifics of the procurement. However, the Evaluation Committee considered the above letter as an equivalent of the Income Tax Clearance Certificate and passed the bidder as compliant without any verification of the accuracy, validity and authenticity of the letter as required under PPDA Regulation 186 (4) and (5) for eligibility documents. 5.4 Evaluation process. Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 26 of 30 Non equal treatment of bidders: It was noted that the M/s Ferdsult Engineering Services Ltd (the best evaluted bidder) passed the technical commercial evaluation stage without signed CVs by the owners and did not submit Type Test Certificates for Transformers and yet the complainant who lacked the same requirements was failed by the Evaluation Committee. In particular, it was recorded in the Evaluation Report that it was agreed to get type test certificates on the transformers which were missing from the best evaluated bidders offer The Evaluation team did not document areas that were waived during evaluation which explains the inconsistencies between the Evaluation Report and the Administrative Review Report. 6.0 DECISION OF THE AUTHORITY M/s Spencon Services Ltd raised six grounds in their Application for Administrative Review. The Authority has found merit in only one ground out of the six and in accordance with Section 91 (4) of the PPDA Act and PPDA Regulation 347; the decision of the Authority is that the application of Administrative Review by M/s Spencon Services Ltd is not upheld although their bid is still valid, it was not compliant/technically responsive to the technical requirements in the Solicitation Document. The decision of the Authority is based on the findings of the Authority in 4.0 above In accordance PPDA Regulation 12 (2) and in view of the irregularities noted in the course of the administrative review process, the decision of the Authority is that the Accounting Officer of Rural Electrification Agency should; 6.1 Cancel the current procurement process in accordance with the procedure under PPDA Regulation 95, inform all the four bidders of the cancellation and return their bid securities. Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 27 of 30 6.2 Undertake the necessary technical consultations to revise the Solicitation Document and ensure that the statement of requirements contains clear and unambiguous requirements that clearly spell out the mandatory requirements. 6.3 Re-tender the procurement using the Restricted Bidding method with a reduced bidding period of ten (10) working days with the eighteen (18) firms that purchased the earlier Solicitation Document. 6.4 Appoint an Evaluation Committee composed of different individuals from the ones that evaluated the bids received under the earlier procurement process. 6.5 Investigate why M/s Spencon Services Ltd and M/s Marma Technical Services were not recorded on PP Form 30 and yet were evaluated contrary to PPDA Regulation 147 (1). 6.6 Verify from Uganda Revenue Authority the authenticity of the letter of no objection (Annex 7) submitted by M/s Ferdsult Engineering Services Ltd as an equivalent of a Tax Clearance Certificate. 7.0 CORRECTIVE MEASURES I: The Procuring and Disposing Entity- Rural Electrification Agency 7.1 In accordance with Section 9 of the PPDA Act, the Authority recommends that the Accounting Officer of Rural Electrification should implement the following corrective/disciplinary measures – Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 28 of 30 (a) Replace the Head of the Procurement and Disposal Unit due to the serious breaches/professional negligence noted in the following(i) Failure to customize the Standard Bidding Document issued by PPDA contrary to Section 62 (1) of the PPDA Act; in particular requiring bid validity in terms of calendar days instead of the standard of working days prescribed by the Authority. (ii) Failure to advise the Accounting Officer on the bid validity before it expired thus resulting in the Entity and Bidders incurring further costs and delays in project implementation due to the re-tendering of the procurement process. (iii) Failure to manage Evaluation process contrary to PPDA Regulation 58 (e). This lead to a number of anomalies in the evaluation process in particular the failure to record the non material omissions by bidders that were waived by the Evaluation Committee and the non equal treatment of bidders contrary to PPDA Regulation 183 (7) as well as failure to record non material omissions that were waived the evaluation of bidders not listed on PP Form 30 contrary to PPDA Regulation 147 (1). (b) Caution the individual members of the Contracts Committee for omissions noted in the following(i) Failure to ensure that the solicitation document was prepared in accordance with standards set by PPDA contrary to PPDA Regulation 48 (a). (ii) Failure to ensure that any evaluation criteria classified as non material by the Evaluation Committee was consistently applied to all bids and recorded as part of the Contracts Committee minutes contrary to PPDA Regulation 53 (4). (c) Caution the individual members of the Evaluation Committee for omissions noted in the followingReport on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 29 of 30 i. Failure to adhere to the evaluation criteria stated in the solicitation document. ii. Conducting the evaluation of bids in an unfair manner contrary to Section 45 of the PPDA Act and in particular PPDA Regulation 183 (7); iii. Evaluation of bidders who were not listed on PP Form 30 as having bought the solicitation document directly from the PDE contrary to PPDA Reg. 147 (1). (d) Caution the Project Consultant (M/s Multi-Konsult Ltd) contracted by the Entity to provide technical advice to the procurement process for their failure to prepare clear and unambiguous technical specifications that precisely define the requirements in a manner that leaves no doubt or assumption by the bidders. II The Complainant: As a Bidder, M/s Spencon Servcies Ltd should always adhere to the requirements/specifications given under Bidding Document for the specific procurement or seek clarification at any scheduled pre-bid meetings in accordance with PPDA Guideline 2/2005. Report on Application for Administrative Review to PPDA under Section 90 of PPDA Act 1 of 2003 and Regulation 347in the Tender For Construction of 33kv Lines and Associated Low Voltage Networks Procurement Ref: REA/WRKS/09-10/00008 Page 30 of 30
© Copyright 2026 Paperzz