WELCOME CVOS ANNUAL ZONAL REVIEW MEETING SOUTH ZONE(I) PRESENTATION BY CTE’S ORGANISATION CENTRAL VIGILANCE COMMISSION 22/01/2009.

Slides:



Advertisements
Similar presentations
Office of Purchasing and Contracts Research Funded Procurement Outreach Training Level III Procurements $50,000 and Above.
Advertisements

MASBO February Information to purchase Services Information to purchase Construction.
ASARECA Procurement guidelines Goods and Works. PROCUREMENT OF GOODS By P rocurement and C ontracting Officer ITAZA MUHIIRWA.
Monitoring and tender procedures for infrastructure projects Baltic Retreat 2013 Federal Department of Foreign Affairs FDFA Swiss Agency for Development.
1 WELCOME CVOS ANNUAL ZONAL REVIEW MEETING SOUTH ZONE(II) PRESENTATION BY CTE’S ORGANISATION CENTRAL VIGILANCE COMMISSION 23/01/2009.
Inter-American Development Bank Procurement of Goods, Works and Consulting Services in projects financed by IDB Washington, DC – February 2004.
Session 8 Implementing PPPs
Presented by: Kathryn Hodges, NH
Gene Shawcroft, P.E. Central Utah Water Conservancy District April 29-30, 2013.
 Fulfillment of Contractual obligations within the stipulated time frame is the essence of any contract.  LIQUIDATED DAMAGES (LD) are charged as a compensation.
Inter-American Development Bank Procurement of Goods, Works and Consulting Services in projects financed by IDB Washington, DC – July 2004.
1 Conference Call December 7 th h 30 Agenda 1.Concerns on wording and inclusion of glossary of terms; 2.Issues: 3.Scope of RFP equipment required;
Marcy Mealy Procurement Specialist CDBG Program
Contractor Safety Management
CTE-type Intensive Examination : “What all needs to be taken care of and how?” R K Joshi DCVO(T)
1 PREVENTIVE VIGILANCE IN PUBLIC PROCUREMENT PRESENTATION BY CTE ORGANISATION Central Vigilance Commission 8 TH JUNE 2006.
Financial Management and Auditing First Level Controls 3 rd round operations Rostock, Elise Oukka.
Managing the Information Technology Resource Jerry N. Luftman
Office of Business Development Training
1 CDBG Procurement Requirements For Local Officials.
Procurement Procedure and Preparation of Procurement Plan with reference to Karnataka.
INTRODUCTION TO PUBLIC PROCUREMENT
ZHRC/HTI Financial Management Training Session 8: Annual Procurement Plans, Procurement Contracts, and Contract Management.
WORKSHOP ON ENFORCEMENT OF CONTRACT CLAUSES B.PRADHAN,CVO,AAI GUWAHATI
1 Training on Procurement Procedure 23 rd Review Meeting of State FCs- Bhopal ( ) Annexure ‘W’
PROCUREMENT POST REVIEW OF WORLD BANK FINANCED PROJECTS IN INDIA October 11, 2007.
Contractors & contracts
Field Visit to DPO-Khurda Team-I M.P.,Gujarath,Jharkand,U.P., Chattisgarh,Nagaland, Chandigarh,Daman&Diu Shri Gopalan, Consultant,Edcil.
Local Government Forum, 15 September 2010 Tender Negotiations, Indemnity and Exclusion of Liability Kathryn Walker Senior Associate (08)
Doing Business in India Acme Manufacturing Company Auburn Hills MI USA.
Indian Tender Offer Process. The Process May Be Intimidating But the Rewards Can Be High For Your Efforts.
S10 CONS5Q25 Lara Tookey. Review of estimators workings Decision on what margin to apply Bid submission details Submit your Tender.
COMPETITION REQUIREMENTS
TENDERING PROCEDURE IT- 3927/EN
1 Procurement. 2 Overview Every municipality should keep procurement records that allow an auditor or other interested party to track the specific nature.
ROLE OF TC MEMBERS SHIV KUMAR Director/IRICEN. COMPOSITION OF TC Technical member- Convener Finance Member Third Member- from other technical department.
Office Space-Relocation of Johannesburg RAF Office: RAF/2013/00024 Non -Compulsory Briefing Session 06 August 2013 The Road Accident Fund.
PITFALLS IN DEALING WITH TENDERS &CONTRACTS Shiv Kumar Director/IRICEN.
UNDP Bangladesh Procurement Fair Objectives of the Fair; - UNDP Procurement principles; - Procurement plan ; - UNDP Procurement Roadmap;
AMC Governance and Institutional Support. Objectives Build on existing capacity Ensure appropriate independence and credibility through transparency,
COMPANY ACCOUNTS—UNDERWRITING OF SHARES AND DEBNTURES
Office of Procurement Services.  Vendor Application Website: 
COMPULSORY BRIEFING SESSION Enterprise Wireless Solution (Wi-Fi) RAF /2015/00022 Date: 18 January 2016 Time: 11:00.
1 A Seminar On Pharmaceutical Outsourcing A Seminar On Pharmaceutical Outsourcing.
CSO Observer Member of the Evaluation Committee. Civil Society Organization May have representation in the Evaluation Committee As a member of the Evaluation.
UNIVERSITY OF DAR ES SALAAM t Selection and Employment of Consultants Negotiations with Consultants; Monitoring Performance of Consultants; Resolving Disputes.
Technical Assistance Office TCP Projects 2005 Contractual and Financial Management Administrative and Financial Handbook Prepared by IA, 14/12/2001 SOCRATES.
INVITATION TO TENDER PROCEDURE INVITATION TO TENDER PROCEDURE IT–4144/SMB/HL-LHC (Point 1) IT-4155/SMB/HL-LHC (Point 5)
Introduction to Procurement for Public Housing Authorities Procurement Planning: Choosing a Contracting Method Unit 2.
PRE-BID MEETING CONSTRUCTION OF THE MEDUPI-BORUTHO TRANSMISSION LINE PRE-BID MEETING WORLD BANK GUIDELINES Presented by: Brendah Shange.
BOS 1 Procurement of Goods and Works Asian Development Bank Business Opportunities.
Welcome. Contents: 1.Organization’s Policies & Procedure 2.Internal Controls 3.Manager’s Financial Role 4.Procurement Process 5.Monthly Financial Report.
PROCUREMENT RULES FOR EXPERIMENTS AT CERN Dante Gregorio CERN Procurement Service.
Contract management 1. Acquiring software from external supplier This could be: a bespoke system - created specially for the customer off-the-shelf -
Building Capacity of SMEs for Participation in Public Procurement Draft Presentation for Training of Trainers June 2014.
How to succeed in International Tenders Ing. Miloš TKÁČ MTC – Engineering / Consulting / Sales Južná trieda 93 – P.c. Strojár, Košice tel.: 055 / 6808.
Building Capacity of SMEs for Participation in Public Procurement Draft Presentation for Training of Trainers June 2014.
Assessment of the Bidding Process in Construction Project ABDULLAH H. ABU ZANT. AYMAN K. ILAIWI. MOHAMMED FADEL. SODQI M. ALHNAINI. AN-NAJAH NATIONAL UNIVERSITY.
Advisor, IDS Cell1 NEGOTIATIONS G.C. Tallur (Former Secretary, PWD) Advisor, IDS Cell Monday, July 11, 2005.
ISO 37001: Anti-Bribery Management Systems Standard
Tender Evaluation and Award Process
Administration of a FIDIC Contract - Project Control
Content of Tender Dossier - Instructions to Tenderers - Tenders
Reconstruction site Investigation, Planning, Scheduling, Estimating and Design Eng. Fahmi Tarazi.
12.2 Conduct Procurements The process of obtaining seller responses, selecting a seller and awarding the contract The team applies selection criteria.
Qualification Criteria and Available Tender Capacity
City of Norfolk Office of the Purchasing Agent
PREVENTIVE VIGILANCE IN PUBLIC PROCUREMENT
FIVE PROJECT PHASES 5C-3 Sun. 8:00-10:00am 21/ 2/2016.
PROJECT DELIVERY METHODS
Presentation transcript:

WELCOME CVOS ANNUAL ZONAL REVIEW MEETING SOUTH ZONE(I) PRESENTATION BY CTE’S ORGANISATION CENTRAL VIGILANCE COMMISSION 22/01/2009

Status of QPRs QPRs for September 2008 not received  National Insurance Co. Ltd.  General Insurance Co. Ltd.  United India Insurance Co. Ltd. QPRs for September 2008 received late  Indian Overseas Bank.  New India Assurance Co. Ltd.  LIC of India Ltd.

Status of CTE Inspections Organizations D/o Financial Services (Banking) Andhra Bank Canara Bank Corporation Bank Indian Overseas Bank Indian Bank Syndicate Bank Vijaya Bank National Insurance Co. Ltd. New India Assurance Co. Ltd. Oriental Insurance Co. Ltd. General Insurance Co. Ltd. United India Insurance Co. Ltd. LIC of India Ltd.

The above table shows that CTEO is able to inspect very few works and many organizations have not been inspected at all. These organizations are executing lower value works. Therefore, there is a strong need for CVOs to conduct CTE type inspections of contracts in their organizations.

Case Study 1 CTE Inspection  Inspection Report sent in March  First reply received after 5 months.  Further details awaited even after 4 months. Work awarded to a PSU on nomination. Bank did not inspect work during execution. Poor quality of work but no action by bank Work delayed (60 months against 27 months) Liquidated damages not levied. Buildings lying un-occupied > 2 years. Bank continues to pay lease rent.

Case Study 2 CTE Inspection – March 2005  3 paras referred to CVO - July  Report received - May  Confirmation of recoveries still awaited. Abnormal delay in submission of investigation reports by CVO. Slackness in enforcing recoveries.

Check points for CVOs Publicity of tender on web-site. Contractors are qualified strictly as per PQ criteria. Tenders are opened in presence of bidders. Decision on tenders within original validity period. Verification of Bank Guarantees.

No change in tender conditions after receipt of bids. Tenders are sealed and page numbered. Deployment of technical staff by bidder as per contract conditions. Proper Insurance Policies. General workmanship and quality of work with reference to line, level etc.

MAJOR DEFICIENCIES OBSERVED DETAILED PROJECT REPORT (DPR) DPR NOT PREPARED AS PER SITE EQUIREMENT. DPR IFLATED ESTIMATE. INCOMPLETE DETAILS PROVIDED IN THE DPR LEADING TO DISPUTE AT EXECUTION STAGE.

MAJOR DEFICIENCIES OBSERVED CONSULTANCY APPOINTMENT OF CONSULTANT IN A NON-TRANSPARENT WAY. SCOPE OF SERVICES NOT DEFINED CLEARLY. UPPER CEILING FOR CONSULTANCY FEE NOT FIXED. PAYMENT RELEASED WITHOUT AVAILING FULL SERVICES FROM THE CONSULTANT. OVER-PAYMENT MADE TO THE CONSULTANT. PROFESSIONAL LIABILITY INSURANCE NOT TAKEN BY THE CONSULTANT. TECHNICAL MAN-POWER NOT DEPLOYED BY THE CONSULTANCY FIRM AS PER THE CONTRACT PROVISION.

MAJOR DEFICIENCIES OBSERVED CONSULTANCY TECHNICAL STAFF CHANGED FEEQUENTLY. AS PROJECT MANAGEMENT CONSULTANT(PMC)-CONSULTANT – ALLOWED USE OF MATERIALS FROM UN-APPROVED SOURCES. – ALLOWED EXECUTION OF SUB-STANDARD WORK. – CLEARED SUB-STANDARD WORK FOR PAYMENT. – PROPER MEASUREMENT NOT RECORDED. – QUALITY TESTS NOT CONDUCTED AS PER CONTRACT/CODAL PROVISION.

DEFICIENCIES OBSERVED TENDER DOCUMENTS CONTRADICTORY AND AMBIGUOUS PROVISIONS MADE IN THE TENDER DOCUMENT. PROVISION IN THE TENDER DOCUMENT NOT AS PER POLICY GUIDELINES. DRAFT TENDER DOCUMENT NOT APPROVED BY COMPETENT AUTHORITY. CLAUSES TO DEAL WITH AMBIGUITIES NOT PROVIDED IN THE TENDER DOCUMENT. NON-RELEVANT DOCUMENTS AND PROVISIONS PROVIDED IN THE TENDER DOCUMENT.

DEFICIENCIES OBSERVED PRE-QUALIFICATION PRE-QUALIFICATION CRITERIA MADE UNDULY STRINGENT AND THEN RELAXED DURING PQ EVALUATION, SINCE VERY FEW BIDDERS WERE MEETING THE NOTIFIED CRITERIA. PQ CRITERIA FIXED AFTER OPENING OF THE PQ OFFERS. PQ CRITERIA NOT APPLIED UNIFORMLY TO ALL THE OFFERS. PQ CRITERIA MADE TO SUIT THE PARTICULAR FIRM(S).

DEFICIENCIES OBSERVED INVITATION OF BIDS TENDERS INVITED IN A NON-TRANSPARENT MANNER WITHOUT PROPER PUBLICITY. TENDER NOTICE AND COMPLETE TENDER DOCUMENT IN THE DOWNLOADABLE FORM NOT UPLOADED IN THE WEB-SITE. SHORT NOTICE TENDERS INVITED WITHOUT ANY REAL URGENCY. BID INVITED ON NOMINATION BASIS EVEN THOUGH THERE IS NO URGENCY AND NUMBER OF POTENTIAL BIDDERS ARE AVAILABLE. LIMITED TENDERS INVITED FROM OLD PANEL. AUTHORITY TO RECEIVE THE BIDS AND PLACE NOT NOTIFIED PROPERLY.

15 CHECK POINTS IN EXECUTION STAGE 1. AGREEMENT IS AS PER THE BID ACCEPTED. 2. AGREEMENT IS SIGNED & SEALED PROPERLY. 3. BANK GUARANTEES ARE VERIFIED AND TIMELY RENEWED. 4. CONDITIONS REGARDING INSURANCE POLICIES, PERFORMANCE GUARANTEES, LABOUR LICENCE etc. ARE COMPLIED. 5. NO UNWARRANTED DEVIATIONS DONE. 6. VARIOUS RECOVERIES ARE MADE AS PER CONTRACT. 7. PROPER RECORD OF HINDRANCE MAINTAINED. 8. TECHNICAL STAFF DEPLOYED AS PER CONTRACT PROVISION. 9. MANDATORY TESTS CARRIED OUT.

DEFICIENCIES OBSERVED EVALUATION OF BIDS AND AWARD OF CONTRACT UNDUE DELAY IN EVALUATION OF THE BIDS AND AWARD OF THE CONTRACT. AMBIGUITY IN THE BID NOT DEALT AS PER PROVISION IN THE TENDER DOCUMENT AND UNDUE FINANCIAL BENEFIT RUNNING INTO CRORES OF RUPEES EXTENDED TO THE LOWEST BIDDER. CURRENT MARKET RATE ANALYSIS OF THE RATE NOT DONE TO ASSESS THE REASONABLENESS OF THE LOWEST BID. WORK AWARDED AT MUCH HIGHER COST THAN WHAT COULD BE JUSTIFIED BASED ON THE CURRENT MARKET RATES.

DEFICIENCIES OBSERVED COMPLIANCE OF THE CONTRACT CONDITIONS CONTRACT DOCUMENT MADE AT VARIANCE WITH THE TENDER DOCUMENTS, RESULTING INTO UNDUE FINANCIAL BENEFIT TO THE CONTRACTOR. IN ‘DESIGN AND CONSTRUCT’ CONTRACT, PROFESSIONAL INDEMNITY INSURANCE NOT TAKEN BY THE CONTRACTOR, RESULTING IN UNDUE FINANCIAL BENEFIT TO THE CONTRACTOR BY WAY OF SAVING OF PREMIUM AMOUNT BESIDES DISADVANTAGE TO THE ORGANIZATION. VARIOUS OTHER INSURANCE POLICIES SUCH AS ‘CONTRACTOR’S ALL RISK POLICY’, THIRD PARTY INSURANCE, PLANT AND MACHINERY INSURANCE, WORKMAN’S COMPENSATION POLICY ETC. NOT TAKEN BY THE CONTRACTORS. BANK GUARANTEES SUBMITTED BY THE CONTRACTORS NOT VERIFIED INDEPENDENTLY FROM THE ISSUING BANK. WORK DELAYED UNDULY AND NO ACTION TAKEN AGAINST THE CONTRACTOR.

DEFICIENCIES OBSERVED QUALITY CONTRACT PROVIDED FOR DESIGN MIX CONCRETE, WHEREAS AT SITE BATCHING PLANT OR OTHER WEIGHING MECHANISM NOT INSTALLED AT SITE, RESULTING IN POOR QUALITY OF CONCRETE. SUB-STANDARD MATERIALS USED IN THE WORK. POOR QUALITY OF SHUTTERING USED RESULTING IN BULGING ETC. IN THE CONCRETE STRUCTURES. CONCRETE PLACEMENT AND COMPACTION NOT DONE PROPERLY RESULTING INTO HONEYCOMBING IN THE CONCRETE STRUCTURE. REINFORCEMENT NOT PLACED PROPERLY. MATERIAL FOR UNAPPROVED SOURCES USED IN THE WORK.

19 CHECK POINTS FOR PRE-TENDER STAGE 1.FEASIBILITY STUDY IS DONE. 2.PROJECT IS DULY SANCTIONED. 3.DETAILED PROJECT REPORT(DPR)/ESTIMATE IS VETTED AT APPROPRIATE LEVEL. 4.CONSULTANTS ARE APPOINTED IN A TRANSPARENT MANNER. 5.DRAFT TENDER DOCUMENT IS VETTED AT APPROPRIATE LEVEL.

20 CHECK POINTS FOR TENDER STAGE 1.TRANSPARENT PRE-QUALIFICATION CRITERIA AND EVALUATION AS PER NOTIFIED CRITERIA. 2.PQ EVALUATION IS BASED ON DOCUMENTARY PROOF. 3.MODE OF TENDER(OPEN,LIMITED OR NOMINATION BASIS) AS PER ORGANISATION’s POLICY. 4.TRANSPARENCY IN PREPARATION OF PANEL & REGULAR IN CASE OF LIMITED TENDERS. 5.ADEQUATE / WIDE / WEB PUBLICITY. 6.OPENING OF TENDERS IN PRESENCE OF BIDDERS. 7.BIDS OPENED ARE SIGNED BY ALL THE MEMBERS OF TENDER COMMITTEE AND ALL THE CORRECTIONS IN THE BIDS ARE ATTESTED &SUMMARISED BY TENDER COMMITTEE. 8.BIDS EVALUATED PROPERLY AND AMBIGUITIES ARE DEALT AS PER PROVISION IN THE TENDER DOCUMENT. 9.ON THE SPOT SUMMARY OF BIDS. 10.CONDITIONS OF THE TENDER ARE NOT ALTERED AFTER OPENING OF PRICE BIDS

Continued---- CTE(VR)

WELCOME

South Zone ( ) A Bank has awarded a contract in 2006 to vendor M/s X, at a cost of Rs.8.70 crores for supply, installation & commissioning of three numbers each of SUN Fire E 6900 Servers and SUN StorEdge 3510 FC arrays and related hardware and software at its Data Centre and Disaster Recovery (DR) Site. The case was intensively examined during Aug’ 2008.

South Zone ( ) In this case, Bank involved as many as four Consultants. While the appointment of M/s C-DAC was through a process of competitive bidding, the other three consultants were engaged after having direct discussions with them. Selection process by nomination without a tender process, lacks transparency, and could encourage unacceptable practices.

South Zone ( ) In the case of appointment of M/s C-DAC, Bank had floated a limited tender enquiry to five organizations out of which, Bank got three offers. Out of these three offers, two offers were disqualified for not meeting the tender eligibility criteria. Apparently, the Bank had not verified the credentials of the prospective bidders before issuing limited tender. Instead of inviting bids through open tendering, a limited tender enquiry was issued to the firms who did not have the requisite experience and other eligibility conditions, mentioned in the tender.

South Zone ( ) In the 1st tender, though the qualification criteria was specified and apparently, all the 4 bidders met with these qualifying conditions, this tender was discharged as – i) demand drafts towards the cost of tender documents and EMD, submitted by two of the bidders, M/s A and M/s B, had consecutive serial numbers issued by CITI Bank on ING Vysya Bank and ii) the track record of all the vendors except M/s W did not show any experience in installing servers of equivalent capacity.

South Zone ( ) Cancellation of 1st tender for submission of demand drafts bearing consecutive serial numbers by two bidders is not enough justification. It was done without giving any opportunity to these two bidders to explain / clarify the position. The second reason for cancellation, that except M/s W, no other bidder had any experience in installing servers of equivalent capacity, is also not acceptable, because this was not a criterion to determine the eligibility of a vendor, as per tender.

South Zone ( ) If experience in installing ‘Servers’ of equivalent capacity was essential for award of contract, Bank could have modified the qualifying criteria accordingly in the fresh tender issued, after cancellation of the 1st tender. No such condition was incorporated in the 2nd tender issued in March The qualifying conditions in the 2nd tender remained the same as specified in the 1st tender.

South Zone ( ) Again in the 2nd tender, though the offer of M/s B was meeting the qualifying criteria as specified in the tender documents, this offer was rejected stating that the firm had no track record of past installations of similar Servers. M/s B it was stated, also did not have Service Support Centers of their own. These two conditions were not stipulated in the tender documents and thus the offer of the firm was rejected on the basis of unspecified criteria.

South Zone ( ) The Bank in its internal noting has given reference to an informal discussion with the concerned authority in the office of CVC on , and recorded that “… the clarity that emerged at the discussion was that in the facts and circumstances of the case, it would be in order for the Bank to procure the hardware in question by entering into direct negotiations with M/s Sun Microsystems who are the original equipment manufacturers and getting supplies through their partners after ensuring that the commercials offered for supply, installation and commissioning are reasonable.” Bank is not expected to record the informal advice given by an officer in his individual capacity in their Internal Notes.

South Zone ( ) As far as – Informal discussions with the concerned authority in the office of Central Vigilance Commission is concerned, Commission does not approve of taking cognizance of such informal discussions unless the same are confirmed in writing by the Commission.

South Zone ( ) Tender was issued for ‘Sun specific’ products inviting bids from the authorized dealers of Sun Microsystems, as Sun does not directly sell their products, but sell through their partners who have professionals trained on SUN Systems. Open tender was issued to get multiple bids for the purpose of price comparison. However, only two weeks time was given for submission of bids and copy of tender notice was not sent to known vendors as advance intimation. This, perhaps was one of the reasons for getting only two offers in the 2nd tender.

South Zone ( ) Further, out of these two offers, the offer of one firm, M/s B was rejected on the basis of unspecified criteria. Bank was left with only one offer and hence, there was no competition. Lack of advance intimation to the prospective bidders and insufficient time for submission of bids, defeated the whole purpose of open tendering. Bank also could not establish the reasonableness of the price. Bank should have compared the prices of Sun products, with the products of other manufacturers on the basis of some standard benchmarks like transaction processing ratings done by third party benchmarking agencies.

South Zone ( ) As per tender and the purchase order, the Systems to be supplied were to be insured by the vendor against all risks of loss or damage from the date of shipment, till such time it is delivered at the Bank site. Apparently, the details of insurance taken by the firm M/s W were not checked / verified by the Bank at the time of taking delivery of the consignment and / or making payment.

South Zone ( ) A Bank has awarded a contract in June 2008, to M/s W at a cost of Rs crores for the supply, installation, commissioning of hardware & software and administration, maintenance & support, for implementation of an End to End Enterprise Data Warehouse and Business Intelligence Solution. The case was intensively examined during Oct-Nov ’2008.

South Zone ( ) rejected Offers of some firms were rejected as their names were not indicated as vendor/SI (system integrator) /consortium partner, in the references given by them. The name of M/s W, the successful bidder, was also not indicated in the references given by them. Another reference of LIC given by M/s W considered, was also not meeting the eligibility conditions fully.

South Zone ( ) M/s T, another technically qualified bidder, had given references that were also not meeting the eligibility conditions fully. Offer of M/s H was rejected after presentation, since analytical CRM quoted by the vendor was not implemented in any Bank in India. The offer of M/s H should have been rejected at the initial stage itself and firm should not have been called for presentation, if the analytical CRM offered by M/s H was not acceptable. Further, various parameters that were to be considered for evaluation during presentation, were not specified in the RFP document.

South Zone ( ) 80% payment amounting to Rs.4.31crore, was released without any inspection. As per Purchase Order terms, it was to be released only upon delivery and submission of various documents including inspection certificate issued by the nominated inspection agency; and the Supplier's factory inspection report. (i.e. - Contract terms were not followed, & vendor benefited by early release of payment)

South Zone ( ) THANK YOU