social development foundation (sdf)pubdocs.worldbank.org/en/623901477976021228/pdf/...social...

102
Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized Public Disclosure Authorized Public Disclosure Authorized Public Disclosure Authorized

Upload: others

Post on 08-Jun-2020

12 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Social Development Foundation (SDF)

PROCUREMENT MANUAL

July 2015

Pub

lic D

iscl

osur

e A

utho

rized

Pub

lic D

iscl

osur

e A

utho

rized

Pub

lic D

iscl

osur

e A

utho

rized

Pub

lic D

iscl

osur

e A

utho

rized

Page 2: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

ii

ABBREVIATIONS AND ACRONYMS

BDT Bangladesh Taka

C&F Clearing and Forwarding Agent

CPTU Central Procurement Technical Unit

MD-SDF Managing Director -SDF

SDF Social Development Foundation

DIRECTOR Director, Finance and Procurement

PCT Procurement Core Team

GoB Government of Bangladesh

HOPE Head of Procuring Entity

IBRD International Bank for Reconstruction and Development

ICB International Competitive Bidding

IDA International Development Association

L/C Letter of Credit

MoF-BFID Ministry of Finance-Bank and Financial Institutions Division

NCB National Competitive Bidding

NOA Notification of Award

PEC Proposal Evaluation Committee

PPA Public Procurement Act

PPR Public Procurement Rules

STD Standard Tender Document

TEC Tender Evaluation Committee

TOC Tender Opening Committee

TSC Technical Subcommittee

WB World Bank

APL Adaptive Program Lending

BP Bank Procedures

CC Chief Counsel

CD Country Director

CFR Cost and Freight

CIF Cost, Insurance and Freight

CIP Carriage and Insurance Paid to

CL Country Lawyer

COD Country Operations Director

CPAR Country Procurement Assessment Report

CPT Carriage Paid to

CTF Consultant Trust Fund

CU Country Unit

DACON Bank’s Data on Consultants

DDP Delivered Duty Paid

DDU Delivered Duty Unpaid

DES Delivered Ex Ship

DEQ Delivered Ex Quay

DP Decentralization Plan

DTP Desk Top Publishing

ECAs Export Credit Agencies

ECU European Currency Unit

EDs Executive Directors, Board of

FAS Free alongside Ship

FCA Free Carrier

Page 3: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

iii

FOB Free on Board

GC General Counsel

GMP Good Manufacturing Practices

GPN General Procurement Notice

GNP Gross National Product

IAD Internal Auditing Department

ICB International Competitive Bidding

ICC International Chamber of Commerce

ICSID International Center for Settlement of International Development

LAIA Latin American Integration Association

LEGOP Legal Department’s Office of Procurement and Consultant Services

LIB Limited International Bidding

LIL Learning in Lending

LOA Loans Department

LOI Letter of Invitation

MDO Managing Director Operations

MIGA Multilateral Investments Guarantee Agency

MOP Memorandum and Recommendation of the President

MOS Monthly Operational Summary

NBF Not Bank Financed

NCB National Competitive Bidding

NGO Non-Governmental Organization

OCS Operational Core Services Network

OPCPR Procurement Policy and Services Group

ODAs Official Development Agencies

OP Operational Policies

OPD Operations Policy Department

OPMIS Operations Management Information Systems

OPRC Operational Procurement Review Committee

PAD Project Appraisal Document

PAS Procurement Accredited Staff

PB Procurement Network Board

PCD Project Concept Document

PCR Project Completion Report

PEF Performance Evaluation File

PPF Project Preparation Facility

PPI Privately Provided Infrastructure

PR President’s Report

PRMPS Public Sector Management Staff

PS Procurement Specialist

RFP Request for Proposal

RPA Regional Procurement Advisor

RVP Regional Vice President

SA Special Accounts

SALs Structural Adjustment Loans

SAR Staff Assessment Report

SBD Standard Bidding Documents

SECAL Sector Adjustment Loan

SM Sector Manager

SOD Sector Operations Director

SOE Statements of Expenditure

Page 4: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

iv

SPN Specific Procurement Notice Investment Disputes

TA Technical Assistance Association

IFBs Invitation for Bids

TF Trust Funds

IFI International Financing Institutions

TOR Terms of Reference

INNs International Non-Proprietary Names

TTL Task Team Leader

IS International Shopping

IT Information Technology

ITB Invitation to Bid

ITF Interim Trust Fund

UNDP United Nations Development Program

USD United States Dollars

Page 5: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

v

Definitions

Wherever used in this document, the following terms or expressions shall have the following

meanings.

Purchaser: the Social Development Foundation represented by the Managing Director,

SDF and by the Director, Finance & Procurement is responsible for procurement

Supplier: provider of goods or services

Goods: all of the equipment, machinery, and other materials that the supplier is required

to supply to the purchaser under the contract

Contract: agreement entered into between the purchaser and the supplier as recorded in

the Formal Written Agreement signed by the parties including all attachments and

appendices thereto and all documents incorporated by reference therein

Contract price: the price payable to the supplier under the contract for the full

performance of its contractual obligations

Delivery: delivery by the dates set out in the contract

Tests: such test or tests as are prescribed in the contract or considered necessary to

confirm the specification of the goods

Procurement plan: schedule of procurement activities

Tendering:

the systematic procedure of soliciting offers from suppliers

Tendering and bidding are synonymous for the purposes of this manual

Tenderer and bidder are synonymous for the purposes of this manual

Page 6: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

vi

Table of Contents

CHAPTER-1 : Procurement Policy and Institutional Topics ..................................................... 1

1.1 Introduction .......................................................................................................................... 2

1.2 Use of the procurement Manual ........................................................................................... 2

1.3 Purpose of this Manual ........................................................................................................ 2

1.4 Operational Policies ............................................................................................................. 3

CHAPTER-2 : Planning, Basic Principles & Monitoring ............................................................ 4

2.1 Organization for Procurement.............................................................................................. 5

2.2 Procurement Planning .......................................................................................................... 5

2.3 Procurement Monitoring and Evaluation ............................................................................. 6

2.4 Procurement Tracker ............................................................................................................ 7

2.5 Procurement Records ........................................................................................................... 8

2.6 Post-Procurement Review .................................................................................................... 9

2.7 Product Quality Assurance ................................................................................................ 10

2.8 Product Quality Assurance during the Bidding Process .................................................... 10

2.9 Pre-Shipment Inspection and Testing ................................................................................ 11

2.10 Post-Shipment Inspection and Testing............................................................................... 11

2.11 Procurement Portfolios ...................................................................................................... 12

2.12 Materials Standardization .................................................................................................. 13

2.13 Materials Specifications ..................................................................................................... 13

2.14 Materials Specifications Database ..................................................................................... 13

2.15 Samples .............................................................................................................................. 13

2.16 Sourcing Prospective Bidders ............................................................................................ 14

2.17 Bidder/Supplier /Consultants Database ............................................................................. 14

2.18 Supplier Monitoring and Performance Appraisal .............................................................. 14

2.19 Electronic Government Procurement (EGP) ..................................................................... 15

2.20 Ineligibility of Firms Blacklisted due to Fraudulent and Corrupt Practices ...................... 15

2.21 Ethical Code ....................................................................................................................... 16

2.22 Sustainable Procurement:................................................................................................... 17

CHAPTER-3 : Decentralization, Role of Procurement Unit, Committees and Procurement Method......................................................................................................................................... 18

3.1 SDF Procedures for Decentralization ................................................................................ 19

3.2 Logistics and Supply Unit .................................................. Error! Bookmark not defined.

3.3 Procurement Core Team .................................................................................................... 20

Page 7: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

vii

3.4 Functions of PCT ............................................................................................................... 20

3.5 Meetings of PCT ................................................................................................................ 21

3.6 Composition of the PCT .................................................................................................... 21

3.7 Tender Opening Committee ............................................................................................... 21

3.8 Tender/Proposal Evaluation Committees .......................................................................... 21

3.9 Constitution of TEC/PEC .................................................................................................. 22

3.10 Technical Sub-committees ................................................................................................. 22

3.11 Ordering ............................................................................................................................. 23

3.12 Procurement Procedures .................................................................................................... 23

3.12.1 Regular/Scheduled Procurement ................................................................................ 23

3.12.2 Emergency Procurement ............................................................................................. 23

3.13 Misprocurement ................................................................................................................. 23

3.14 Procurement Methods ........................................................................................................ 23

CHAPTER-4 : Procurement of Goods and Works .................................................................... 25

4.1 PROCUREMENT METHODS ......................................................................................... 26

4.2 INTERNATIONAL COMPETITIVE BIDDING (ICB) ................................................... 26

4.3 LIMITED INTERNATIONAL BIDDING ........................................................................ 26

4.4 NATIONAL COMPETITIVE BIDDING (NCB) ............................................................. 27

4.5 SHOPPING/NATIONAL SHOPPING .............................................................................. 29

4.6 DIRECT CONTRACTING ............................................................................................... 33

CHAPTER-5 : Procurement of Services ..................................................................................... 34

5.1 Eligibility ........................................................................................................................... 35

5.2 Conflict of Interest ............................................................................................................. 36

5.3 Unfair Competitive Advantage .......................................................................................... 37

5.4 METHODS FOR PROCUREMENT OF SERVICES ....................................................... 37

5.4.1 QUALITY AND COST BASED SELECTION (QCBS) .......................................... 37

5.4.2 QUALITY BASED SELECTION (QBS) .................................................................. 41

5.4.3 FIXED BUDGET SELECTION (FBS) ...................................................................... 42

5.4.4 LEAST COST SELECTION (LCS) ........................................................................... 42

5.4.5 CONSULTANTS’ QUALIFICATIONS BASED SELECTION (CQS) ................... 42

5.4.6 SINGLE-SOURCE SELECTION (SSS) .................................................................... 43

5.5 SELECTION OF INDIVIDUAL CONSULTANTS ......................................................... 43

5.6 TYPES OF CONTRACTS ................................................................................................ 44

5.6.1 Lump Sum Contract: .................................................................................................. 44

5.6.2 Time-Based Contract: ................................................................................................. 44

Page 8: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

viii

CHAPTER-6 : Prequalification of Suppliers, Framework, Procurement and Threshold ..... 46

6.1 Prequalification of Suppliers .............................................................................................. 47

6.2 Framework Contracts ......................................................................................................... 47

6.3 PROCUREMENT STEPS ................................................................................................. 49

6.4 PROCUREMENT OPERATIONAL THRESH HOunit ................................................... 50

CHAPTER-7 : Bidding Document, Specification and Security in Procurement of Goods and Works ............................................................................................................................ 62

7.1 Standard Bidding Documents ............................................................................................ 63

7.2 Technical Specifications .................................................................................................... 64

7.3 Contract Securities ............................................................................................................. 65

7.4 Bid Securities ..................................................................................................................... 66

7.5 Performance Securities ...................................................................................................... 66

7.6 Force Majeure .................................................................................................................... 66

CHAPTER-8 : Evaluation and Comparison of Bids for Goods and Works ............................. 67

8.1 General ............................................................................................................................... 68

8.2 Evaluation and Comparison of Bids .................................................................................. 68

8.3 Bid Evaluation Committee ................................................................................................. 68

8.4 Declaration of impartiality and compliance: ...................................................................... 69

8.5 Examination of Bids .......................................................................................................... 69

8.6 Preliminary Examination ................................................................................................... 70

8.7 Correction of Arithmetic Errors ......................................................................................... 71

8.8 Application of Evaluation Criteria ..................................................................................... 71

8.9 Evaluation of Bids on the Basis of Price Only .................................................................. 71

8.9.1 Foreign Bids ............................................................................................................... 71

8.9.2 Local Bids ................................................................................................................... 72

8.10 Deviations from the Requirements of Bidding Documents ............................................... 72

8.11 Evaluation and Comparison of Bids for Goods and Works ............................................... 73

8.12 Evaluation of Bids for Works Contracts ............................................................................ 75

8.13 Evaluation and Comparison of Bids for Goods and Works ............................................... 75

8.14 Open Tender Procedures .................................................................................................... 77

8.15 Opening of File .................................................................................................................. 77

8.16 Preparation of the Tender Document ................................................................................. 77

8.17 Specifications / Terms of Reference / Description of Services ......................................... 78

8.18 Delivery Periods and Performance .................................................................................... 78

8.19 Bid Validity ........................................................................................................................ 78

8.20 Bid Currency ...................................................................................................................... 78

Page 9: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

ix

8.21 Liquidated Damages .......................................................................................................... 79

8.22 Packing and Marking ......................................................................................................... 79

8.23 Approval of Tender Document .......................................................................................... 79

8.24 Invitation for Bids .............................................................................................................. 79

8.25 Activities during Bidding Time ......................................................................................... 80

8.26 Postponement of Bid Opening ........................................................................................... 80

8.27 Cancellation of Invitation before Opening ........................................................................ 80

8.28 Bid Submission, Opening, and Recording ......................................................................... 80

8.28.1 Bid Submission ........................................................................................................... 80

8.28.2 Opening of Bids .......................................................................................................... 81

8.28.3 Modification of Bids ................................................................................................... 81

8.28.4 Recording of Bids ....................................................................................................... 81

8.28.5 Bid Samples ................................................................................................................ 81

8.28.6 Currency Conversion .................................................................................................. 82

8.28.7 Payments ..................................................................................................................... 82

8.29 Clearing and Delivery and Post-Delivery Considerations ................................................. 82

8.29.1 Clearing and Delivery ................................................................................................. 82

8.29.2 Warranty/Defects Liability Period .............................................................................. 83

8.29.3 Defective Goods at Time of Delivery ......................................................................... 83

CHAPTER-9 : Procurement Strategy, Objective and Risk Management .............................. 84

9.1 SDF’s Procurement Strategy.............................................................................................. 85

9.2 Procurement Objectives ..................................................................................................... 85

9.3 Procurement Risk Management ......................................................................................... 86

CHAPTER-10 : Handling Procurement Complaints ................................................................. 87

10.1 Right to Complain .............................................................................................................. 88

10.2 Submission of Complaints to the Authority....................................................................... 89

10.3 Applicable Law ........................................................................................................ 89

ANNEXURE – 1 Supplyer Registration Form ........................................... 89

ANNEXURE – 2 Procurement Plan Format ............................................. 89

Page 10: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 1

CHAPTER -1

PROCUREMENT POLICY AND

INSTITUTIONAL TOPICS

Page 11: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 2

1.1 Introduction

The provisions in this Procurement Procedures Manual are based on worldwide competitive

bidding practices adopted by procurement practitioners. The objective is the attainment of value

for money by applying practices that take into account efficiency, economy, and transparency in

the procurement process through solicitation of bids from all eligible sources.

1.2 Use of the procurement Manual

The Manual begins with a review of some policy and institutional aspects of procurement that

have broad applicability and about which questions arise most frequently. Subsequent chapters

deal with specific procurement topics, taking them generally in the chronological order in

which they occur, from the initial analysis of SDF procurement systems and capacity,

through the procurement planning stages and into project implementation and contract

administration and the last Chapter deals with some specific organizational procurement

issues of SDF.

It is expected that this Manual will continue to be improved and added to with a view to

keeping it relevant and useful to its users. In case of projects funded by the World Bank, if there is

any difference between provisions of this manual and relevant provisions in the World Bank’s

Procurement/Consultant Guidelines (PG/CG), then the PG/CG will prevail.

1.3 Purpose of this Manual

The purpose of this manual is to provide procurement procedures for use by SDF at its Head

Office, Regional, Districts and Cluster Offices that is mandated to manage and utilize their

resources in an economic manner, with due care to accountability and transparency. SDF has

been conducting procurement since 2003. SIPP-I and SIPP-II showed that, except for a couple

of national shopping contracts, general procurement performance has been satisfactory.

Based on the past experience and performance of SIPP in terms of procurement, it can be

concluded that procurement is an area where organizations should pay appropriate attention in

order to bring organizational sustainability, establish credibility, transparency and

accountability. As SDF has been implementing development programs employing Community

Driven Development Approach it follows a simplified decentralized procurement procedure.

Application of Procedures

The policies, procedures, and practices specified in this Procurement Procedures

Page 12: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 3

Manual are meant to provide instructions and guidance to all staff dealing with

procurement within the SDF. The SDF reserves the authority of expending and

accounting for all resources according to the procurement procedures herein.

The objective of these procedures is to ensure use of public resources with due

care for economy, efficiency, transparency, accountability, and consistency in

procurement management. Use of these procedures also ensures that awarding

contracts is done in an appropriate manner.

The Managing Director or any person designated by MD will appoint a Tender

Opening Committee (TOC) for the purpose of opening submitted bids.

The Approving Authority of SDF will appoint Tender Evaluation Committees

(TECs) or Proposal Evaluation Committees (PECs) and Technical Sub-

committees (TSCs) to evaluate bids and make award recommendations to the

Approving Authority.

This manual is the authoritative document only in the areas of procurement

management that it covers. The manual has been prepared carefully to ensure

consistency with the Government of Bangladesh’s (GOB’s) procurement policy,

laws, and regulations contained in the PPA, PPR, and the Guidelines for

Procurement under IBRD Loans and IDA Credits.

This manual may be revised from time to time to include any amendments to the

PPA, PPR, or World Bank (WB) procurement guidelines, or to prescribe new or

improved procedures that simplify the procurement process and otherwise help to

accomplish the objective of the SDF’s activities based on Government decisions.

The manual describes the policies and procedures relevant to the procurement

cycle of the SDF.

In the event that any statement or word in this document is in conflict with PPR

2008 or subsequent amendments, the PPR will prevail and shall remain the

authoritative document.

1.4 Operational Policies

The Guidelines apply equally when procurement is carried out by the SDF Headquarter

level, Regional level or other offices. SDF requires careful procurement planning before

approval of procurement and supervises procurement during project implementation to ensure

the appropriate application of these rules.

Page 13: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 4

CHAPTER -2

PLANNING, BASIC PRINCIPLES &

MONITORING

Page 14: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 5

2.1 Organization for Procurement

The Director F&P, SDF shall conduct the procurement of all commodities, including office

equipments, furniture’s an fixtures, vehicles, motor-cycles, bi-cycles, information and education

materials and other printing materials/ products as assigned by the Managing Director for

distribution to end users throughout the country. Procuring entities of SDF shall conduct the

procurement of other commodities according to the needs of their operational plans.

2.2 Procurement Planning

Planning for procurement should start with estimating annual requirements of individual

operational plans under the purview of the different Line Directors (units) in SDF. Planning

should take into account long-term strategies for efficiency, and cost effectiveness and optimum

uses of resources. Procurement planning reduces the number of emergency orders and results in

lower purchase costs and improved service delivery. Such planning should also take into

consideration the information needs of the supply chain, from initiation through delivery, on a

holistic basis. Effective procurement planning, or the lack of it, has a very definite impact on the

overall schedule of SDF and the attainment of their goals and objectives.

The Director- F&P shall be responsible for preparation of procurement plan as per yearly

organizational/ project procurement plan considering the need of the projects. DFP will share the

plan with other Head of the Departments and Managing Director of SDF under the purview of

and coordinated by a designated officer(s). The designated officer(s) may act as the Supply

Planning Officer(s) and shall develop the initial forecasts in collaboration with the respective

units. The forecasts will then be consolidated taking into consideration stock on hand, stock on

order, and consumption trends, using appropriate forecasting tools and methodologies. The

Director F&P will act as the convener of the Procurement Core Team (PCT).

The supply/ procurement planning function will—

1. Develop a five-year rolling forecast for Goods/Works/Services that is reviewed annually

2. Develop a three-year rolling supply plan that is reviewed every quarter; the plan will

draw information on demand for Goods/Works/Services from the five-year forecast.

3. Provide inputs to the development of annual procurement plans; this plan will draw

information on quantities of items to be procured from the supply plan

Page 15: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 6

The procurement plan will consist of—

Schedules of requirements

Estimated costs

Approving authority

Sources of funding

Applicable procurement methods

Processing times, up to the final contract signing

Estimated delivery time

A consolidated annual procurement plan should be presented to the SDF management by the

Procurement Department of SDF for approval by the first week of April for the next financial

year. The plan will be finally approved by the Managing Director of SDF.

2.3 Procurement Monitoring and Evaluation

The Director- Finance & Procurement shall establish a system to continuously monitor all

procurement information, including the number and value of contracts procured through each

method and the performance status of each contract. The indicators to monitor procurement and

supply management will include—

Average time between the product order point (taken as the point at which contract

signed) and receipt of goods; these measures the average fulfillment lead time

Average time between the desire to order point (taken as the point at which the annual

forecast is recommended by PCT and approved by the MD) and the receipt of goods; this

is a measure of the total procurement lead time

Average time for the following key internal and external activities—

Time taken from the point when the consolidated annual procurement plan for WB

funded procurement was sent to the WB to the point when WB approval was received

Time taken from the point when bid documents were submitted to the WB to the point

the WB No Objection was received for the bid documents

Time taken from point of tender opening to the point of submission of the bid evaluation

report to the WB

Time taken from the point the bid evaluation report was submitted to the WB to the point

the WB no Objection was received for the award per the bid evaluation report for the

WB funded project

Number of contracts signed within the initial bid validity period

Contract price of products in the latest tender compared with prices from previous

Page 16: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 7

tenders for the same products and (when possible) for approximately similar quantities

Contract price of products in the latest tender compared with the median prices reported

in international price indicators.

The indicators for procurement performance will be reviewed periodically engaging the internal

audit team or externally appointed team as necessary. The monitoring format will be consistent

with the Government’s PROMIS and e-PMIS (for e-GP contracts). SDF has to secure

usernames and passwords in order to be able to use PROMIS and e-PMIS.

2.4 Procurement Tracker

The SDF is planning to develop a web-based tracker to monitor the procurement process. All

steps in the procurement cycle for each commodity package, from its origin (the point of the

issuance of an approval for the annual procurement plan by the MD of SDF) to the receipt of

supplies shall be monitored by the procurement tracker. The tracker will track the following

procurement milestones-

MD’s approval for the consolidated annual procurement plan

WB No Objection for the WB funded component of the consolidated annual

procurement plan

WB No Objection for bidding documents (if applicable)

Tender/quotation invitation

Closing of tender/quotation

Tender evaluation report

Award recommendation to WB (when applicable)

WB No Objection for award (if applicable)

Notification of award (NOA) to successful bidder

Signing of the contract

Shipment by supplier

Receipt of supply in warehouses

Maintenance of the tracker is the responsibility of the Director- F&P.

For procurement funded by the World Bank (WB) and/or under the new project NJLIP,

procurement tracking will be done through STEP (Systematic Tracking of Exchanges in

Procurement), a new tool developed by the World Bank for implementation in all WB-funded

projects. Under NJLIP, the tool will be used on experimental basis during January-June 2016

and will be a regular tool from July 2016 onwards.

Page 17: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 8

2.5 Procurement Records

SDF shall maintain records and documents on all procurement activities for a minimum of 12

years, which commences from the receipt of goods in the warehouse, either in full or partially.

Procurement records shall be maintained from the beginning procurement planning to the

completion of the contract and must include a copy of the goods received notes. It will be

coherent with relevant provisions under PPA/PPR.

The Director – F&P will arrange to maintain a secured storage system for all procurement

documentation. Each procurement record shall, as a minimum, contain the following documents

and information:

1. The approved annual consolidated procurement plan

2. Technical specification from user unit

3. A copy of the published advertisement (newspaper and website) as well as copies of

invitations for applications, tenders, proposals, quotations, or other solicitations

4. A copy of any prequalification, tender, proposal, or other solicitation documents and

revisions thereof

5. A copy of the official cost estimate for the contract as per the Operational Plan

6. Pre-bid minutes, if applicable

7. The names and addresses of tenderers or applicants who submitted tenders, proposals,

or quotations

8. Minutes of tender or proposal opening meeting

9. All communications with tenderers or applicants

10. The bid document and tenders and proposals or quotations received

11. The bid evaluation report by the TEC/PEC

12. Other technical reports (if any – from TSC, TEST report, etc.)

13. No Objection on TEC/PEC evaluation report from WB for Pool Fund-funded packages

(only for prior review packages)

14. Approvals from Approving Authority of TEC/PEC evaluation reports

15. NOA and the contract documents

Page 18: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 9

16. Information relating to any decision on temporary suspension or annulment of

procurement proceedings after initiation

17. Documentation on any appeal or complaint concerning the procurement proceedings

18. Contract award notice, including name and address of the tenderer to whom the

contract was awarded as well as the contract price (where applicable)

19. Copy of performance security release (where applicable)

20. L/C documents

21. Pre-shipment inspection reports (where applicable)

22. Delivery and acceptance reports for goods

23. Copies of all amendments made to the contract and variation orders issued affecting

the conditions of the contract relating to the contract price and the delivery schedule

24. All records of payment including invoices for procurement of goods

25. Rejection, re-call, and withdrawal documents (if any)

26. Any other relevant documentation

The procurement file should have a checklist, signed by the desk officer responsible for the

package, confirming that the documents listed are available in the file.

If any particular document is not on the file, a note explaining its absence and stating where the

document can be located (if it is maintained by another department or unit) shall be included in

the file.

2.6 Post-Procurement Review

The HOPE shall arrange for annual post-procurement reviews of packages in compliance with

the mandatory procurement reviews as per the PPR 2008 and the World Bank Guidelines. This

review shall be carried out by an independent external auditor or reviewer appointed by the

SDF. The findings of the review shall be provided to the Managing Director of SDF. In addition

to the annual mandatory reviews, the Director F&P may conduct internal management reviews

with the objective of strengthening processes wherever deficiencies are found. The overall

objectives of any procurement review will be—

Establish the existence of documentation supporting the procurement system

Evaluate and assess the adequacy of internal controls

Page 19: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 10

Examine compliance with prescribed procurement procedures and tender law

Ensure that funds provided for procurement are spent efficiently

Report on weaknesses identified during the review

Make recommendations for improvements

For WB-funded projects, Government’s FAPAD will continue to carry out audits under its

jurisdictions, and such audits may include procurement-related objections. SDF will

2.7 Product Quality Assurance

Good quality goods, works and services are a critical factor in safeguarding the interest of SDF.

Poor quality is unlikely to fulfill their purpose of organizational objectives. In worst-case

scenarios, they can be detrimental to reputation of the organization. Besides procuring from

reliable and quality suppliers, appropriate pre- and post-shipment inspection and surveillance of

the goods throughout the delivery, customs clearance, warehousing, and distribution processes

are important to make sure that products of the right quality are procured and that the quality is

maintained through good storage and distribution practices. Once in the distribution system,

reliable monitoring of expiry dates and storage conditions as well as recognizing and responding

to product defects and adverse reactions are critical.

In case of WB-funded projects, NJLIP will follow the procurement strategy described in the

PAD of the project.

2.8 Product Quality Assurance during the Bidding Process

Ensuring product quality is an essential component of the procurement process. It is achieved

through appropriate selection of commodities, preparing comprehensive technical

specifications/terms of reference/description of service and by procuring from qualified

manufacturers whose product quality and good manufacturing practices have been confirmed by

reputed independent sources supported by appropriate certifications such as ISO, DIN JIS, CE

etc.

The quality standards and certifications required by SDF for the submission of a bid shall be

specified in the bidding document. It will be the responsibility of the TSCs and TECs/PECs to

check this documentation and ensure only bids complying with the requirements are considered

during bid evaluation.

Page 20: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 11

2.9 Pre-Shipment Inspection and Testing

Product quality assurance can be facilitated by pre-shipment quality inspection and testing. This

inspection and certification usually covers quality, quantity, and reasonableness of price.

Imports procured through competitive bidding processes shall not be subject to price

verification, but only verification for quality and quantity.

As per the list of the National Board of Revenue, SDF shall retain the services of reputable,

independent, pre-shipment inspection agencies to conduct visual inspections and/or testing of all

consignments meant for SDF prior to shipment. In the event that a pre-shipment quality check

indicates that all or some of the batches have failed to meet quality standards, SDF will not

accept the batches in question and may reject the entire consignment. Bidding documents for all

procurements shall contain provisions indicating that the SDF shall require pre-shipment

inspections of all consignments.

2.10 Post-Shipment Inspection and Testing

All goods received by SDF shall be subjected to post-shipment inspection to ensure conformity

to required quality and technical specifications. This post shipment process may involve visual

inspection and/or laboratory testing of samples. In visual inspection, incoming commodities are

critically examined for obvious quality defects and for conformity to product specifications

mentioned in tender documents. Visual inspection should be carried out by a Standing Board. A

number of tests can be performed at the time of receipt to assure quality of the products

received. However, doing laboratory testing on a routine basis is expensive and time consuming.

Hence, in practice, it is important to decide what specific products should be tested and how

often. A two-stage sampling technique may be used in which a small sample is examined and a

second, larger sample is drawn and inspected only in the event the first sample fails visual

inspection.

Post-shipment laboratory testing should not be used as a routine procedure. It should be done

selectively, for example, when products are purchased from a new supplier or when it is decided

that a particular supply or selected batches of a supply should be subjected to post- shipment

quality testing if there is reason to doubt the quality of the supply.

If SDF undertakes post-shipment quality testing of one or more batches, steps should be taken to

isolate all the stock in question and not distribute it until the test report is received and the

products / services is reported to comply with the quality standards specified in the SDF bidding

Page 21: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 12

documents.

If products / services fail testing, SDF should take action to secure fresh supplies from the

manufacturers free of charge as specified in the tender documentation. The failed products /

services should be quarantined and separated from other stock. The bid documentation should

also contain a clause that clearly states that the company that supplies failed products / services

will be responsible for removing them from the SDF warehouse within a stipulated time.

It is important that the bid documentation clearly states the requirements for pre- and post-

shipment inspections so that all prospective bidders are properly aware of these conditions.

2.11 Procurement Portfolios

The procurement portfolios handled by the Director- F&P with the approval of MD and arrange

the procurement as per the need of the organization. Portfolio will be followed in procurement

of goods and equipment and other commodities that may be required from time to time.

Based on information provided in the procurement plans, risk mitigation reports and mission

aide memoirs, along with identified level of risk and the relative expenditure for each

commodity or category of spend; the procurement portfolio was categorized as follows:

Routine products: laptops, computers and accessories, furniture, stationeries, bicycles,

photocopier, air conditioner, audiovisual equipment, IPS/generators, junior and mid-level

consultants, printing of books/manuals.

Bottleneck items: motorcycles, licensed software, digital camera, community services

organizations (CSOs), integrated MIS system.

Leverage products: cross-country vehicles, process monitoring consultants.

Strategic products: senior individual experts/consultants, international consultants.

Page 22: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 13

2.12 Materials Standardization

The use of open, competitive bidding procedures in procurement can be streamlined and, in

particular, special attention paid to the development of specifications to help achieve some of the

benefits available through standardization wherever possible.

2.13 Materials Specifications

The specifications for an item should be based on the general purpose for which the item is

intended and not only upon the design, cost, or quality. It is particularly important to avoid the

use of brand names in material specifications. Where unavoidable, the phrase “or equivalent”

should be used.

A performance (or generic) specification gives a clear idea of the function, application, and

performance required of the supplied goods or services. From such specifications, suppliers can

often provide new, improved, or cheaper solutions. A conformance (or particular) specification

restricts the supplier to providing the actual article as physically described. Any of these could

be used when necessary.

Specifications must be clearly, accurately, and completely drawn so as to leave no doubt in the

supplier’s mind as to what the purchaser requires. Unnecessarily restrictive requirements, which

may unduly limit the number of bidders, shall be avoided.

Specifications shall be drawn up by the individual units responsible for managing different

products/services in collaboration with procurement desk officers. Where appropriate, assistance

must be sought from technical experts to ensure preparation of the correct specifications.

2.14 Materials Specifications Database

SDF is planning to develop a database of material specifications that shall be regularly updated

to ensure accuracy and reliability. Such a database will become an invaluable management tool

for facilitating the objectives of the supply process under the sector, i.e., efficiency, economy,

and transparency without sacrificing quality. Development of the database may commence with

the specifications of the last procurement package for individual items approved by the WB with

respect to Pool Fund-funded procurement.

2.15 Samples

Requiring submission of samples along with the bids should be discouraged. Normally no

Page 23: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 14

samples should be requested, and decisions on award should be made based on merit of the bid

and bidding qualifications. In exceptional cases when submission of samples is justified,

because of high risks and quality assurance reasons, the bidding documents should identify this

circumstance and require the successful bidder to provide samples for tests before award,

allowing a reasonable time for such submission. However, the procedures and details of tests to

be conducted should be specified and results of tests obtained within a reasonable time of about

two weeks. For such items, bidders should be required to submit, along with their bids, test

results conducted in a recognized laboratory. If the samples fail pursuant to tests conducted by

the purchaser, bidders will be notified of the discrepancies and items of failure, accompanied by

test reports, will be returned to the bidder.

2.16 Sourcing Prospective Bidders

One of the greatest challenges within a procurement organization is establishing specifications

and reliable competitive sources for goods. Sources of prospective bidders include—

1. Newspapers and publications; prospective bidders and manufacturers can apply for

placement on a prospective bidders list

2. Invitation to tender for specific requirements via the media

3. Trade directories and reference manuals provided by specific industries

4. Trading organizations, chambers of commerce, embassies/commercial attaches, and

other similar organizations

5. Local trade fairs and exhibitions; manufacturers’ brochures can be collected for future

study and analysis

6. Other procurement managers and contacts in local and foreign institutions

7. Internet searches

2.17 Bidder/Supplier /Consultants Database

The procurement department shall develop a database of competent bidders and suppliers that

will be regularly maintained and updated to ensure its accuracy and reliability.

2.18 Supplier Monitoring and Performance Appraisal

Continued good performance by suppliers can be ensured through a formal monitoring system

that tracks:

lead time;

Page 24: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 15

compliance with contract pricing terms and delivery schedules;

solicited partial shipments;

remaining shelf-life requirements;

compliance with product quality,

packaging, and labeling instructions; and

compliance with other contract terms.

The procurement department of SDF shall maintain a file for each supplier that contains copies

of registration documents, references, correspondence, complaints, and other anecdotal supplier

information. The information system should track the number and value of bid contracts

awarded chronologically and the value of total purchases from the supplier by year.

On completion of a contract, the performance of the successful bidder shall be assessed by the

Director F&P on the basis of conformity to contract instructions, responses to progress

enquiries, time and completion of delivery, and quality or specification. A bidder who performs

poorly may have their name deleted from the bidder database.

Suggested matrices for measuring supplier performance may include—

1. Percentage of goods supplied in time per the delivery schedule specified in the contract

2. Goods supplied in variance with the delivery schedule specified in the contract expressed

in time lines; for example, consignments received within one month either before or after

the scheduled time, within two months of the scheduled time, etc.

3. Percentage of manufacturing items complying with specified quality standards in each

consignment as confirmed by pre- and/or post-shipment quality testing

2.19 Electronic Government Procurement (EGP)

SDF will take an ID number from CPTU for E-tendering. For open tender/bidding SDF will

offer tender in the EGP system and competitive supplier/service provider will submit the

necessary information in the EGP through online. Managing Director and Director F&P will be

the contact officials from SDF with CPTU for EGP. Advertisement shall be sent to the CPTU

and the newspapers simultaneously.

2.20 Ineligibility of Firms Blacklisted due to Fraudulent and Corrupt

Practices

It is the SDF policy not to tolerate any fraud and corruption in the procurement or

Page 25: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 16

execution of contracts. SDF requires the highest standard of ethical behavior from its own

staff and from firms and individuals bidding for work. Fraudulent or corrupt practices

include the solicitation, payment or receipt of bribes, gratuities or kickbacks, or the

manipulation of contracts through any form of misrepresentation, fraudulent or corrupt practices.

Accordingly, any supplier, contractor or consultant firm, contracted to provide services in

procurement, found by SDF after appropriate investigations to have engaged in a corrupt or

fraudulent practice be declared ineligible to bid for contracts. Such ineligibility may be for a

specific period of time or indefinitely according to the gravity of the offense.

2.21 Ethical Code

Personnel entrusted with and involved in procurement shall never use their authority or office

for personal gain and shall seek to uphold and enhance the standing of procurement practice in

the SDF by—

1. Maintaining an impeccable standard of integrity in all their business relationships, both

inside and outside the SDF

2. Fostering the highest possible standards of professional competence

3. Optimizing the use of resources for which they are responsible to provide the

maximum benefit to the SDF

4. Complying with the letter and the spirit of the Laws of the People’s Republic of

Bangladesh and the regulations contained in WB procurement guidelines and procedures

5. Rejecting any business practice which might reasonably be deemed improper

6. Gifts.—

(a) Save as otherwise provided in this Code, no Person shall offer to any staff of SDF, or

any member of his family, any gift the receipt of which will place him under any form of

official obligation to the donor of the gift.

(a). A Person may give an SDF staff a gift of small intrinsic value such as business

diaries, calendars, key rings or a ballpoint with the Person's company symbol provided

that the value of such individual item does not exceed Tk. 500.

7. Hospitality. —

(a) A Person shall not influence or put SDF staff under any obligation by offering

hospitality to influence the making of a procurement decision by that public servant as a

consequence of accepting hospitality from a Person or any other private individual.

(b) A Person shall not encourage any meetings or entertainment to be held, the main

purpose of which shall be to honor or praise SDF staff.

Page 26: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 17

8. Unacceptable activities. –

(a) The following activities shall be considered unacceptable activities under this Code:

(b) A Person shall not offer to or secure for, or promise to secure for a SDF staff to any

foreign award, title or decoration, document or aid agreement.

(c) A Person shall not lend money to, or borrow money from, or place himself under any

pecuniary obligations to any public servant with whom he has any procurement dealings.

(d) A Person shall not encourage a SDF staff to construct a building whether intended to

be used for residential or commercial purpose, nor encourage a public servant in the

buying or selling of valuable property, moveable and immovable, nor encourage a public

servant to speculate in investments.

(e) A Person shall not encourage a SDF staff, or a member of his family, to engage in

any trade in the area over which such public servant has jurisdiction, nor to undertake

any employment of work, other than his official duties.

9. Conflict of Interest. –

(a) A Person finding a personal interest arising such that it may affect his impartiality in

any matter relevant to his obligations at the point in time should consider this as a

conflict of interest and shall therefore declare this personal interest immediately upon

being aware of such interest to the staff of SDF with whom he is dealing at that time.

(b) A conflict of interest may also be considered to exist if a Person is in any way closely

related to, either as a friend or a relation or has a financial investment in a business with

any SDF staff with whom he is dealing at that time.

2.22 Sustainable Procurement:

Beside financial and commercial factors, the bidding documents to be used by SDF for this

project will include as much as practicable, economic, social and environmental considerations

in line with responsible and sustainable procurement. These are, but not limited to:

Value-for-money considerations including price, quality, availability and functionality;

Life cycle costing of certain products (CCV/SUV, motorcycles etc.);

Green procurement principles, reducing pollution, waste and hazardous substances,

using renewable energy, reliable, non-hazard and recyclable raw materials in supplied

products;

Aspects of poverty reduction, eradication of inequality in gender and resource

distribution, labor conditions, fair trade, human rights etc.

Page 27: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 18

CHAPTER -3

DECENTRALIZATION, ROLE OF

PROCUREMENT UNIT, COMMITTEES AND

PROCUREMENT METHOD

Page 28: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 19

3.1 SDF Procedures for Decentralization

SDF Head Office has the overall responsibility of realizing SDF’s vision to empower

communities to overcome poverty and is in charge of monitoring, quality control, capacity

building, compliance, communications and governance. Three regional program offices operate

as decentralized locations overseeing all programs within their jurisdiction (Barisal, Rangpur

and Jamalpur). The location of the offices may be revisited based on the selection of the unions

and villages supported under NJLIP are completed. Each regional office has technical specialists

and office administrative staff. District offices are overseeing the field implementation. Under

the district office supervision, cluster (field) offices have the role to mobilize and facilitate the

establishment of community structures, the development of the community plans and the

implementation on the village level. SDF is overseen by a Board of Directors that has the

primary responsibility of controlling and directing the formulation and administration of SDF’s

policy, but is not involved in day-to-day management of the project. SDF administration has

also to be ensured decentralization of procurement responsibilities to the regional office and the

district office through delegation of financial power.

3.2 Finance and Procurement Department (FPD)

The (FPD)shall be responsible for major procurement functions within SDF assigned by the

MD. The Unit ensures that all required processes related to the management of tenders and

emergency procurements are carried out in an efficient and timely manner and conform to the

PPA 2006, PPR 2008, and WB’s procurement procedures. Specifically, the FPD is responsible

for—

Procurement/Forecasting, planning, and operational activities relating to the

procurement of goods/works/services and related commodities in the SDF

Safe custody of all records, documents, and materials related to all procurement

transactions

Warehousing, transportation, and distribution of inventories in the SDF

Strengthening the capacity of procurement and supply chain personnel of SDF

The major tasks of the Procurement Unit in regard to procurement shall include—

Maintaining and updating procurement documentation including standard bidding

documents

Developing and maintaining standard lists and specifications for various

Page 29: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 20

goods/works/services

Developing and maintaining prospective bidder database

Developing and maintaining materials specifications databases

Forecasting and quantification of goods/works/services, including preparing five-year

demand forecasts with annual reviews

Preparing and maintaining the consolidated annual procurement plan for all SDF

o procuring entities

Maintaining a supplier monitoring and evaluation system

Execute procurement including—

Preparing tender documents

Launching tenders

Coordinating bid evaluation with the MD-SDF and units responsible for different

procurement packages

Obtaining No Objection from WB, bidding documents for each procurement package,

and bid evaluation report and award as appropriate

Contract award and follow up

Facilitating clearance and payments

Monitoring contracts

Coordinating emergency procurement and donations

Maintaining an efficient record management system for all procurement activities

Maintaining a web-based procurement tracker

3.3 Procurement Core Team

The PCT shall be responsible for reviewing and finalizing procurement estimates of

goods/works/services to be procured by SDF for ensuing supply cycle. The estimates may be

adjusted in consultation with the units responsible for different goods/works/services based on

budgetary allocations.

3.4 Functions of PCT

The PCT shall be responsible for recommending the five-year demand forecast and its annual

reviews in consultation with the relevant units responsible for different goods/works/services. It

Page 30: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 21

will consider demand for goods/works/services from an organizational perspective and other

leading operators in the private sector.

3.5 Meetings of PCT

The PCT shall meet bi-monthly and as required by the MD-SDF. The FPD Unit of SDF shall

serve as Secretariat of the PCT with the officer(s) responsible for supply planning facilitating

meetings of the PCT.

3.6 Composition of the PCT

Managing Director of SDF will form a Procurement Core Committee and the committee shall

include the following members at Head quarter level

Director Finance & Procurement, who will serve as convener of the committee

Other two/ three member from relevant SDF units (as required by MD-SDF)

Manger/ Officer Procurement as member secretary

At Regional level

The Regional Director of SDF regional office will form a Procurement Core Committee and the

committee shall include the following members:

Regional Director will be the convener

Other two/ three member from relevant SDF units (as required by MD-SDF)

Officer Procurement as member secretary

3.7 Tender Opening Committee

All bids shall be opened by a TOC appointed by the MD-SDF or an officer authorized by him/

her or the Approving Authority, when the Approving Authority is below the level of MD, the

TOC will co-opt one member from the TEC/PEC and two other members. The Director F&P or

delegate will function as convener of the TOC.

3.8 Tender/Proposal Evaluation Committees

The TEC/PEC is a high-level committee formed as needed for the purposes of evaluating

particular bids and making recommendations for awards and must include personnel specialized

in the substantive nature of the bids to be evaluated. The TEC/PEC will be chaired by a member

of the committee appointed by the Approval Authority; the rank of such a member must be

Page 31: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 22

below the rank of the Approval Authority.

The TEC/PEC will submit an evaluation report with a recommendation for award to the MD,

SDF. If the value of the award is within the MD, SDF threshold, the award may be approved or

the documents returned to the TEC/PEC for further review or rejected in accordance with

conditions specified in the PPR 2008.

In order to assist the TEC/PEC with information and advice relating to procurement policies

contained in the PPA, PPR, and WB Guidelines and to provide the committees with the required

procurement management expertise and information, every TEC/PEC shall include the Director,

DFP or delegate, who may act as convener or member secretary of the TEC/PEC.

More than one TEC/PECs shall be constituted on the basis of the value of items to be procured

and to handle many procurement activities that need to be examined and evaluated at a particular

point of time.

3.9 Constitution of TEC/PEC

TEC or PEC shall be formed, prior to the invitation for application, tender, or proposal being

issued, but certainly formed before the deadline for submission of applications, tenders, or

proposals.

The Evaluation Committee shall include external members with knowledge of the items

contained in the applications, tenders, or proposals who shall be designated, provided that, for

procurements of values within ceilings mentioned in Schedule II, tender PECs shall be formed in

accordance with the said Schedule II.

The Approving Authority shall form the Evaluation Committee.

3.10 Technical Sub-committees

To ensure that all TECs/PECs are provided with the required technical information relating to

the product or service being procured, assist with the evaluation of conformity with required

specifications, document authentication, and provide assistance relating to procurement policy,

the Approval Authority may appoint TSCs to undertake technical evaluations of the bids and

advice the TEC/PECs of their findings. A TSC will comprise no more than three persons and

must include personnel specialized in the substantive nature of the bids to be evaluated.

Page 32: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 23

3.11 Ordering

The Director DFP or delegate shall have authority to manage the ordering procedures of regular

commodities from a supplier holding a valid contract, up to the limit of the contracted quantity

or value.

3.12 Procurement Procedures

3.12.1 Regular/Scheduled Procurement

Bids for regular purchases shall be obtained through ICB or NCB procedures using the open

tendering method. After entering into a contract for more than one year with a supplier, regular

procurement shall occur through purchase orders issued by the Managing Director.

3.12.2 Emergency Procurement

Emergency procurement is the acquisition of stocks to meet an emergency need, such as stock

outs, natural disasters, disease outbreaks, accidents, etc. Emergency procurements may be

conducted using restricted tendering procedures such as local or international shopping and MD

will take decision about the emergency purchase.

3.13 Misprocurement

It is important therefore that procurement procedures be followed meticulously by SDF so that

there is no chance that a procurement package will be declared a misprocurement and subject to

serious consequences. Serious deviations from processes agreed with the WB, generally

identified through WB’s post procurement review and financial management audits may result

in misprocurement or similar remedial actions.

3.14 Procurement Methods

Regardless of which method is used, a number of activities or steps need to be taken prior to

procurement. The items need to be selected, quantified, and packaged, and accurate technical

specifications need to be drafted or identified. By identifying the range of sources for quality

products, a review of the market for particular goods will help determine the best procurement

method. Soul source / proprietary (only one known manufacturer or source) items must be

procured from the primary manufacturer or its authorized agent.

These procurement methods for goods and non-consulting service shall be used—

International competitive bidding

Page 33: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 24

National competitive bidding

Limited international bidding

National shopping/ Request for quotation

Direct contracting

These procurement methods for consulting service shall be used—

Quality and Cost Based Selections (QCBS)

Quality Based Selections (QBS)

Fixed Budget System (FBS)

Least Cost Selections (LCS)

Consultants Qualifications (CQ)

Single Source Selection (SSS)

Selection of individual consultant (IC)

Page 34: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 25

CHAPTER-4

PROCUREMENT OF GOODS & WORKS

Page 35: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 26

4.1 PROCUREMENT METHODS

International Competitive Bidding (ICB)

Limited International Bidding (LIB)

National Competitive Bidding (NCB)

Shopping / RFQ

Direct Contracting

4.2 INTERNATIONAL COMPETITIVE BIDDING (ICB)

ICB is generally adopted where supplies cannot be met from indigenous sources and need

import, and/ or foreign firms are expected to participate resulting in more competition.

Invitation for bids (IFBs) for ICBs shall be published in daily national newspaper with

wide circulation all over the country, at least in one English and one regional language

daily.

Apart from wide publicity nationally, advertisement of invitation for bids (IFBs) shall be

published in United Nation’s Development Business (UNDB)/ dg Market online,

websites of concerned development partners (for example, the WB) and project website.

Use of the World Bank Standard Bidding Documents (SBDs).

Sale of bid documents should start only after publication of invitation of bids in

newspapers and UNDB Online/ dgMarket/WB/CPTU websites.

Bidding period shall be minimum 42 days from the start of the sale of the bid documents.

Domestic preference shall be allowed to domestic bidders with respect to foreign bidders

as mentioned in the bid documents.

Other procedures for ICB will broadly be same as that of National Competitive Bidding

(NCB) in respect of bid opening, bid evaluation, notification & publishing of award of

contract, complaint redress etc.

4.3 LIMITED INTERNATIONAL BIDDING

Limited International Bidding (LIB) is essentially ICB by direct invitation without open

advertisement. It may be an appropriate method of procurement where (a) there are only limited

numbers of suppliers, or (b) other exceptional reasons may justify departure from full ICB

procedures. Under LIB, borrowers shall seek bids from a list of potential suppliers broad enough

to assure competitive prices, such list to include all suppliers all over the world. Domestic

preference is not applicable in the evaluation of bids under LIB. In all respects other than

advertisement and preferences, ICB procedures shall apply, including the publication of award

of contract in UNDB online and use of the Standard Bidding documents.

Page 36: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 27

4.4 NATIONAL COMPETITIVE BIDDING (NCB)

NCB also known, as Open Tender is the competitive bidding procedure normally used for

procurement of goods and works. The procedure provides adequate competition among

participants in order to ensure competitive prices. The procurement steps for NCB broadly

consist of the following activities:

STEP 1: PREPERATION OF TENDER DOCUMENT

The tender documents shall furnish all information necessary for a prospective bidder to

prepare a tender for the goods/ works to be provided.

The bid document should invariably contain standard bidding and contract conditions to

make it self-explanatory. Some of the mandatory requirements in a bid document

include- Invitation for bids (IFBs), Instructions to Bidders (ITBs), Contract Data

including Bill/Schedule of Quantities (BOQ), General Terms & Conditions, Award

Criteria, Notification of Award, Execution of Contract, Quality Control, Payment Terms,

Taxes and Duties, Completion Certificate, Warranty/Defect Liability, Drawings, Dispute

Resolution, Arbitration, Force Majeure, etc.

Bill/Schedule of quantities (BOQ) will indicate the description of items to be provided

along with quantities and the phased manner in which the goods/ works are required to

be delivered or constructed.

Bidding documents should state clearly whether the bid prices will be fixed or price

adjustments will be made to reflect any changes in major cost components of the goods/

works.

STEP 2: ADVERTISEMENT

Timely notification of bidding opportunities is essential in competitive bidding.

Invitations shall be published in daily newspapers with wide circulation all over India, at

least in two national daily news paper--Bangla and English.

The advertisement should also be placed in institutional website.

The minimum time given for submission of bids shall be not less than 14 to 28 days from

the date of sale of bid document.

The last date and time of sale and receipt of bid document should be clearly indicated in

the notification/ advertisement.

Page 37: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 28

STEP 3: ISSUE OF BID DOCUMENT

Sale of tender documents should begin only after the publication of notification for

tender in newspapers.

Tender documents should be made available to all who seek them after paying the

requisite fees, if any, regardless of registration status and they should be allowed to bid.

However, the request should be in writing along with the requisite fee of the tender/ bid,

if any. Bidding documents will be sold till one day prior to the opening of the tenders.

Tenders can be sold from different places but the bid/ tenders shall be received at one

place only, to avoid problems arising out of late/delayed tender submission.

Tender documents can also be made downloadable from Institutional website. However

the downloaded tender documents must be submitted with requisite tender fees in the

form of bank DD without which the tender shall be rejected summarily.

STEP 4: OPENING OF BIDS

The time, date and venue for the tender opening shall be mentioned in the IFB and bid

documents.

Tender will be submitted in a single location and opened in the same location

Tenders/bids shall be opened immediately after the deadline of time fixed for submission

on the same day.

Tenders shall be opened in public. The bidders or their representatives shall be allowed

to be present at the time of opening of bids.

All tenders received should be opened. No bid should be rejected at the time of bid

opening except for late tenders. Late tenders shall be returned to the bidders unopened.

The name of the bidder and total amount of each bid along with important conditions like

excise duty, sales tax, delivery terms, delivery period, special conditions and discounts, if

any, shall be read out at the time of bid opening. Withdrawal notices and modifications

to the tender shall be read out first followed by the tender of the bidder.

Minutes of bid opening must be prepared by bid opening officials and should be signed

by all members present including bidders.

Any kind of discounts offered shall be mentioned in the bid opening document clearly.

STEP 5: BID EVALUATION AND COMPARISION

The criteria to be used in the evaluation of tenders and the award of contracts shall be

made known to all bidders and not be applied arbitrarily.

Page 38: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 29

The purpose of tender evaluation is to determine substantially responsive tender with the

lowest evaluated cost, but not necessarily the lowest submitted price, which should be

recommended for award.

The bid/ tender price read out at the bid opening shall be adjusted at the time of

evaluation with correction for any arithmetical errors for the purpose of evaluation with

the concurrence of the bidder/ contractor. Where there is a discrepancy between the rates

in figures and in words, the rate in words will prevail. Where there is a discrepancy

between the unit and the line item total resulting from multiplying the unit rate by the

quantity, the unit rate will prevail.

The conditional discounts offered by the bidder shall not be taken into account for

evaluation. This however does not apply to cross-discounts.

The purchaser shall prepare a detailed report on the evaluation and comparison of tenders

setting forth the specific reasons on which the recommendation is based for the award of

the contract.

STEP 6: AWARD OF CONTRACT

Implementing agency shall award the contract within the period to all aspects to the

bidders who has the necessary technical capability and financial resources and whose bid

is substantially responsive to the tender documents and has the lowest evaluated cost.

The purchaser can, if so desired depute a team of 3-4 officers to the premises of

manufacturer to whom the contract is proposed to be awarded, to satisfy itself that the

manufacturer has capability to produce the required quantity and also the necessary

quality testing and assurance facilities to meet the required standards. Based on the

report of this Committee, the purchaser may decide to award the contract to the

successful bidder offering the lowest or reasonable price after approval of the appropriate

authority.

Single bids should also be considered for award, if it is determined that publicity was

adequate, bid specification/conditions were not restrictive or unclear and bid prices are

considered reasonable in comparison to estimated price.

4.5 SHOPPING/NATIONAL SHOPPING

The following consideration should be kept in view for adopting this procedure:

Page 39: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 30

Shopping is a Procurement method based on comparing price quotations obtained from

several national suppliers, usually at least three to ensure competitive prices.

Shopping is intended to be a simple and rapid procurement method and is one of the least

competitive procurement methods and may be abused unless it is carried out in

compliance with legal agreements and observing a minimum formality in the process and

with appropriate record keeping for verification and audit.

Shopping should not be used as an expedient to by-pass more competitive methods or

fraction large procurement into smaller ones solely to allow the use of Shopping.

To procure small amounts of off-the-Shelf goods or Standard Specification Commodities

or simple civil works for which more competitive methods are not justified on the basis

of cost or efficiency.

Request for quotation shall be written and sent by letter, fax, telex, etc (with proof of

receipt and record keeping) and can also be displayed in the Institutional website.

The request shall include the description and quantity of the goods as well as the required

delivery time and place for the goods or services, including any installation requirements

as appropriate.

The request shall indicate the date by which the quotations are needed.

Prices for goods supplied from within the country (including previously imported items)

are requested to be quoted Ex-W (ex-works, ex-factory, ex-warehouse, ex-showroom or

off-the-shelf, as applicable) including all custom and excise duties and sale and other

taxes already paid or payable on the raw materials and components; for goods offered

from abroad (i.e., not previously imported) prices are requested CIF or CIP or DDU basis

(in case of large purchases).

In case of civil works prices shall be requested inclusive of all taxes and duties payable

by the contractor.

Requests should be addressed to more than three firms that are reputable, well

established and are suppliers of the goods or services being purchased, as part of their

normal business (after verifying whether those being invited will make an offer or not) to

ensure at least three quotations are received. If unsolicited quotations are received, they

may be accepted after carrying out a similar due diligence exercise to verify the nature

and reputation of firm.

Quotation should be submitted in writing i.e., by fax, telex, or letter (copies to be kept for

records).

No bid securities are required.

Page 40: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 31

Normally, requests for quotes should indicate the expected date of submission of quotes

with a minimum of 14 days from the date of issue of request.

If the Purchaser has not received at least three quotations within the time set, it should

verify with the suppliers who have not submitted quotation, whether they intend to do so

and how soon.

Quotation should be compared after adding to the quoted price for goods, the estimated

cost of inland transportation and insurance, if any, to the final destination. The lowest

responsive offer is selected.

Purchaser may exercise discretion in selecting a quotation that is not the lowest price as

far as there is good technical justification on the quality of the offered item, suitability of

delivery schedule, etc. In such cases, such requirements should be indicated in the

request for quote as well as in the evaluation note.

Award decision and its rationale should be documented/ and kept for review by audit by

the Bank (or by the Bank’s auditors) as needed. The record should contain the list of

firms invited, and the list and value of quotations received, comparative statements etc.

The documents should clearly show that the award is based on sound technical and

commercial criteria.

Purchase order shall incorporate the terms of accepted offer.

Page 41: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 32

IMPORTANT ASPECTS OF SHOPPING

Important Aspects Brief Description

Advertisement No need for advertisement in newspapers, however the

advertisement can be displayed in the Institution website.

Minimum Quotations 3 quotations.

Time for Bid

Submission

Not more than 10 days.

Negotiation There should not be any negotiations either for price or terms &

conditions of the tender submitted with suppliers.

Validity of Tender 1. Bidders shall be required to submit tender valid for the period

specified in the tender documents.

2. Generally 30 days for Shopping.

Earnest Money/ Bid

Security

Not required.

Examination of

Tenders

1. The SDF entrusted with evaluation of

tenders shall ascertain whether the tenders:

meet the eligibility requirements specified;

have been properly signed;

are valid for the period specified in the tender document;

are substantially responsive (commercially and technically)

to the tender documents; and

are otherwise generally in order.

2. If the bidder meets the above stipulations indicated in the

bid documents, it is determined as substantially responsive

and is considered further for evaluation.

Table below gives the brief of the procedures to be followed for Shopping:

Sl.No. What has to be done? Who should do

it?

Description

1. Identify the items or

the package of items

to be purchased from

the procurement plan.

Purchase

Committee

a. Understand the specifications of the item(s)

to be purchased.

b. Lay down terms & conditions and

specifications.

c. State Government rate contracts, if any,

shall be treated as one of the three quotations

in the shopping process.

d. DGS&D rate contracts shall be acceptable

for procurement under shopping.

2. Shop around or call

for all at least 3

quotations in writing

with signature of

supplier. Quotations

could also be

obtained by fax.

An officer

authorized by

respective office

head

The requests for quotations shall contain:

a. The description specification and quantity

of the goods.

b. Say that contract shall be for full quantity

of each item.

c. Terms of delivery of goods or description

of works.

d. Desired completion period

Page 42: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 33

e. Place of works

f. The price shall be quoted in INR.

g. Each bidder shall submit only one

quotation.

h. Quotation shall remain valid for a period

not less than 15 days.

i. Terms of payment.

j. Warranty Conditions.

3. Prepare a comparison

sheet to select the

most appropriate

supplier

Purchase

Committee

The following steps shall be followed:

a. Evaluate and compare the quotations

determined to be substantially responsive.

b. Write information from the quotations on a

comparison form.

c. Select the most appropriate supplier.

d. Sales Tax in connection of goods shall not

be taken in account.

e. The purchase committee members should

sign on the comparison sheet.

4.6 DIRECT CONTRACTING

The procedure for Direct Contracting may be adopted if any one of the following conditions is

met.

In case of articles including equipment/books, which are specifically certified as of

proprietary in nature, or where only a particular firm is the manufacturer of the articles

demanded.

Standardization of equipment or spare parts to be compatible with existing equipment

may justify additional purchases from the original supplier.

Extension of existing contracts for goods/works awarded with the prescribed procedures,

justifiable on economic grounds.

Works are small and scattered or are situated in remote locations where mobilization

costs for contractors would be unreasonably high.

Page 43: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 34

CHAPTER-5

PROCUREMENT OF SERVICES

Page 44: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 35

5.1 Eligibility

To encourage competition, the SDF permits consultants (firms and individuals) from all

countries to offer consulting services for. Any conditions for participation shall be limited to

those that are essential to ensure the firm’s capability to fulfill the contract in question.

SDF disallow participation in a short-listing or selection process or award to a consultant for

reasons unrelated to: (i) its capability and resources to successfully perform the contract; or (ii)

the conflict of interest.

As an exception to the foregoing paragraphs above:

(a) Consultants may be excluded if: (i) as a matter of law or official regulations, GoB prohibits

commercial relations with the consultant’s country, provided that the Bank is satisfied that such

exclusion does not preclude effective competition for the procurement of the consulting services

required; or (ii) by an act of compliance with a decision of the United Nations Security Council

taken under Chapter VII of the Charter of the United Nations, the Borrower’s country prohibits

any payments to any country, person, or entity. Where the Borrower’s country prohibits

payments to a particular firm or for particular goods by such an act of compliance, that firm may

be excluded.

(b) Government-owned enterprises or institutions of Bangladesh may participate in the SDF

country only if they can establish that they (i) are legally and financially autonomous, (ii)

operate under commercial law, and (iii) are not dependent agencies of the SDF

(c) As an exception to (b), when the services of government-owned universities or research

centers or other institutions in Bangladesh are of unique and exceptional nature including

because of the absence of a suitable private sector alternative, and their participation is critical to

project implementation,

Government officials and civil servants of Bangladesh may only be hired under consulting

contracts in SDF, either as individuals or as members of the team of experts proposed by a

consulting firm, provided that such hiring does not conflict with any employment or other laws

or regulations, or policies of the Bangladesh and if they (i) are on leave of absence without pay,

or have resigned or retired; (ii) are not being hired by the agency they were working for before

going on leave of absence without pay, resigning, or retiring11; and (iii) their hiring would not

create a conflict of

Page 45: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 36

(e) A firm or an individual sanctioned in accordance with paragraph 1.23(d) of these Guidelines

or in accordance with the World Bank Group anti-corruption policies and sanctions procedures

shall be ineligible to be awarded a Bank-financed contract, or to benefit from a Bank-financed

contract, financially or in any other manner, during such period of time as the Bank shall

determine.

5.2 Conflict of Interest

Consultants provide professional, objective, and impartial advice and at all times hold the SDF’s

interests paramount, without any consideration for future work, and that in providing advice they

avoid conflicts with other assignments and their own corporate interests. Consultants shall not

be hired for any assignment that would be in conflict with their prior or current obligations to

other clients, or that may place them in a position of being unable to carry out the assignment in

the best interest of the SDF. Without limitation on the generality of the foregoing, consultants

shall not be hired under the circumstances set forth below:

(a) Conflict between consulting activities and procurement of goods, works, or non-consulting

services (i.e., services other than consulting services covered by these Guidelines8): A firm that

has been engaged by the SDF to provide goods, works, or non-consulting services for a project,

or any affiliate that directly or indirectly controls, is controlled by, or is under common control

with that firm, shall be disqualified from providing consulting services resulting from or directly

related to those goods, works, or non-consulting services. Conversely, a firm hired to provide

consulting services for the preparation or implementation of a project, or any affiliate that

directly or indirectly controls, is controlled by, or is under common control with that firm, shall

be disqualified from subsequently providing goods, works, or services (other than consulting

services covered by these Guidelines) resulting from or directly related to the consulting services

for such preparation or implementation. This provision does not apply to the various firms

(consultants, contractors, or suppliers) which together are performing the Contractor’s

obligations under a turnkey or design and build contract.

(b) Conflict among consulting assignments: Neither consultants (including their personnel and

sub-consultants), nor any affiliate that directly or indirectly controls, is controlled by, or is under

common control with that firm, shall be hired for any assignment that, by its nature, may be in

conflict with another assignment of the consultants. As an example, consultants assisting a client

in the privatization of public assets shall neither purchase, nor advise purchasers of, such assets.

Similarly, consultants hired to prepare Terms of Reference (TOR) for an assignment shall not be

Page 46: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 37

hired for the assignment in question.

(c) Relationship with SDF staff: Consultants (including their experts and other personnel, and

sub-consultants) that have a close business or family relationship with a professional staff of the

SDF (or of the project implementing agency, or of a recipient of a part of the loan) who are

directly or indirectly involved in any part of: (i) the preparation of the TOR for the assignment,

(ii) the selection process for the contract, or (iii) the supervision of such contract may not be

awarded a contract, unless the conflict stemming from this relationship has been resolved in a

manner acceptable to the SDF throughout the selection process and the execution of the contract.

(d) A consultant shall submit only one proposal, either individually or as a joint venture partner

in another proposal. If a consultant, including a joint venture partner, submits or participates in

more than one proposal, all such proposals shall be disqualified. This does not, however,

preclude a consulting firm to participate as a sub-consultant, or an individual to participate as a

team member, in more than one proposal when circumstances justify and if permitted by the

RFP.

5.3 Unfair Competitive Advantage

Fairness and transparency in the selection process require that consultants or their affiliates

competing for a specific assignment do not derive a competitive advantage from having

provided consulting services related to the assignment in question. To that end, SDF shall make

available to all the short-listed consultants, together with the request for proposals, all

information that would in that respect give a consultant a competitive advantage.

5.4 METHODS FOR PROCUREMENT OF SERVICES

1. Quality and Cost Based Selection (QCBS)

2. Quality-Based Selection (QBS)

3. Fixed Budget Selection (FBS)

4. Least Cost Method (LCS)

5. Consultant Qualification Based Selection (CQS)

6. Single Source Selection (SSS)

7. Selection of Individual Consultant (IC)

5.4.1 QUALITY AND COST BASED SELECTION (QCBS)

QCBS uses a competitive process among shortlisted firms that takes into account the quality of

the proposals and the cost of the services in the selection of the successful firm. The relative

Page 47: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 38

weight to be given to the quality and cost shall be determined for each case depending on the

nature of the assignment. The selection process shall include the following steps,

1. Preparation of the Terms of Reference (ToR)

2. Preparation of cost estimate & the budget

3. Advertisement for Expression of Interest (EOI)

4. Evaluation of EOI to shortlist firms

5. Preparation & issuance of Request for Proposal (RFP) to short listed firms

6. Receipt of proposals

7. Opening and Evaluation of technical proposals

8. Public opening of financial proposals of firms technically qualified

9. Combined evaluation of technical and financial proposals

10. Negotiations and award of the contract to the selected firm

STEP 1: PREPARATION OF THE TERMS OF REFERENCE (TOR)

The Terms of Reference shall be prepared by a person(s) or a firm specialized in the area of the

assignment. The scope of the services described in the ToR shall be compatible with the

available budget. The ToR shall clearly define the objectives, goals and scope of the assignment

and provide background information to facilitate the consultants’ preparation of their proposals.

However, ToR should not be too detailed and inflexible, so that competing consultants may

propose their own methodology and staffing. The client and the consultants’ respective

responsibility should be clearly defined in the ToR. The ToR developed shall include:

1. A precise statement of objectives

2. An outline of the tasks to be carried out

3. A schedule for completion of tasks

4. The support/inputs provided by the client

5. The final outputs that will be required of the Consultant

6. Composition of Review Committee (not more than three members) to review

Consultant’s works

7. Review of the Progress Reports required from Consultant

8. Review of the final draft report

9. List of key positions whose CV and experience would be evaluated.

STEP 2: PREPARATION OF COST ESTIMATE & BUDGET

The Cost Estimates or Budget should be based on the assessment of the resources needed to

carry out the assignment, staff time, logistical support, and physical inputs (for example,

Page 48: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 39

vehicles, office space and equipment). Costs shall be divided in two broad categories, a) Fee or

remuneration & b) Reimbursable costs. The cost of staff time shall be estimated on a realistic

basis for all personnel involved in the assignment.

STEP 3: ADVERTISEMENT FOR EXPRESSION OF INTEREST (EOI)

Advertisement in a prescribed format is issued in widely published newspapers to obtain

expression of interest for the contract. In addition, contracts expected to cost more than US$

3200,000 shall be advertised in UNDB online and in dgMarket. Not less than 14 days from date

of posting on UNDB online shall be provided for responses, before preparation of the shortlist.

STEP 4: EVALUATION OF EOI TO SHORTLIST SIX FIRMS

If the assignment has been advertised and expressions of interest received, EOIs shall be

evaluated to shortlist six firms. The short listing of six firms must be based on the eligibility

criteria defined for EOI selection. The short list shall not include Individual Consultants. In

contracts below US$ 300,000 equivalent, shortlist may comprise national consultants only.

Government owned enterprises can be considered for award of consultancy assignment provided

they are otherwise eligible as per the Bank’s guidelines.

STEP 5: PREPARATION & ISSUANCE OF REQUEST FOR PROPOSAL (RFP) TO

SHORTLISTED FIRMS

The RFP shall include,

1. Letter of Invitation (LOI)

2. Instructions to Consultants (ITC) with Data Sheet

3. Technical Proposal - Standard Forms

4. Financial proposals - Standard Forms

5. Terms of Reference (ToR)

6. Standard Forms of contract

STEP 6: RECEIPT OF PROPOSALS

The time allowed for submission of proposal shall depend on the assignment, but normally shall

not be less than four weeks or more than three months. The firms may request clarifications

about the information provided in the RFP. The clarifications must be given in writing and copy

to all the firms. The technical and financial proposals shall be submitted at the same time but in

different sealed envelopes. Any proposals received after the closing time shall be returned

Page 49: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 40

unopened.

STEP 7: OPENING AND EVALUATION OF TECHNICAL PROPOSALS

The technical proposals shall be opened immediately by the committee, after the closing time for

submission of proposals. The evaluation of the proposals will be in two stages first quality and

then cost.

STEP 8: PUBLIC OPENING OF FINANCIAL PROPOSALS OF FIRMS TECHNICALLY

QUALIFIED

The financial proposals shall remain sealed until opened publicly. Financial proposals shall be

opened only after completing the technical evaluation and receiving no objection for the same

from the Bank.

STEP 9: COMBINED EVALUATION OF TECHNICAL AND FINANCIAL PROPOSALS

The total score shall be obtained by weighing the quality and cost scores and adding them. The

weight for the cost shall be chosen, taking into account the complexity of the assignment and the

relative importance of quality. The weight for cost shall normally be 20 points out of a total

score of 100. The proposed weightings for quality and cost shall be specified in the RFP. The

firm obtaining highest total score shall be invited for the negotiations.

STEP 10: NEGOTIATION AND AWARD OF CONTRACT

a. Negotiations shall include discussions of the TOR, the methodology, staffing, client’s

inputs, and special conditions of the contract. These discussions shall not substantially

alter the original TOR or the terms of the contract, lest the quality of the final product, its

cost, and the relevance of the initial evaluation be affected. Major reductions in work

inputs should not be made solely to meet the budget. The final TOR and the agreed

methodology shall be incorporated in “Description of Services,” which shall form part of

the contract.

b. The selected firm should not be allowed to substitute key staff, unless both parties agree.

If this is not the case, the firm may be disqualified and the process continued with the

next ranked firm. The key staff proposed for substitution shall have qualifications equal

to or better than the key staff initially proposed.

c. Financial negotiations shall include clarification of the consultants’ tax liability and how

this tax liability has been or would be reflected in the contract. As Lump-Sum Contracts

payments are based on delivery of outputs (or products), the offered price shall include

all costs (staff time, overhead, travel, hotel, etc.). Consequently, if the selection method

Page 50: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 41

for a Lump-sum contract included price as a component, this price shall not be

negotiated. In the case of Time-based Contracts, payment is based on inputs (staff time

and reimbursable) and the offered price shall include staff rates and an estimation of the

amount of reimbursable. When the selection method includes price as a component,

negotiations of staff rates should not take place, except in special circumstances, like for

example, staff rates offered are much higher than typically charged rates by consultants

for similar contracts. Consequently, the prohibition of negotiation does not preclude the

right of the client to ask for clarifications, and, if fees are very high, to ask for change of

fees, after due consultation with the Bank. Reimbursable has to be paid on actual

expenses incurred at cost upon presentation of receipts and therefore are not subject to

negotiations. However, if the client wants to define ceilings for unit prices of certain

reimbursable (like travel or hotel rates), they should indicate the maximum levels of

those rates in the RFP or define a per diem in the RFP.

d. If the negotiations fail to result in an acceptable contract, the client shall terminate the

negotiations and invite the next ranked firm for negotiations. The Bank shall be

consulted prior to taking this step.

5.4.2 QUALITY BASED SELECTION (QBS)

QBS is appropriate for the following types of assignments: (a) complex or highly specialized

assignments for which it is difficult to define precise TOR and the required input from the

consultants, and for which the client expects the consultants to demonstrate innovation in their

proposals (for example, country economic or sector studies, multi-sector feasibility studies,

design of a hazardous waste remediation plant or of an urban master plan, financial sector

reforms); (b) assignments that have a high downstream impact and in which the objective is to

have the best experts (for example, feasibility and structural engineering design of such major

infrastructure as large dams, policy studies of national significance, management studies of large

government agencies); and (c) assignments that can be carried out in substantially different

ways, such that proposals will not be comparable (for example, management advice, and sector

and policy studies in which the value of the services depends on the quality of the analysis).

STEP-1 : In QBS, the RFP may request submission of a technical proposal only (without the

financial proposal), or request submission of both technical and financial proposals at the same

time, but in separate envelopes (two-envelope system). The RFP shall provide either the

estimated budget or the estimated time of key experts, specifying that this information is given

as an indication only and that consultants shall be free to propose their own estimates

Page 51: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 42

STEP-2 : If technical proposals alone were invited, after evaluating the technical proposals

using the same methodology as in QCBS, the SDF shall ask the consultant with the highest

ranked technical proposal to submit a detailed financial proposal. The SDF and the consultant

shall then negotiate the financial proposal 43 and the contract. All other aspects of the selection

process shall be identical to those of QCBS, including the publication of the award of contract as

described in paragraph 2.31 and paragraph 7 of Appendix 1, except that only the contract price

of the winning firm is published. If consultants were requested to provide financial proposals

initially together with the technical proposals, safeguards shall be built in as in QCBS to ensure

that the financial proposal of only the selected firm is opened and the rest returned unopened,

after the negotiations are successfully concluded.

5.4.3 FIXED BUDGET SELECTION (FBS)

This method is appropriate only when the assignment is simple and can be precisely defined and

when the budget is fixed. The RFP shall indicate the available budget and request the

consultants to provide their best technical and financial proposals in separate envelopes, within

the budget. Evaluation of all technical proposals shall be carried out first as in the QCBS

method. Then the financial proposals shall be opened in public and prices shall be read out

aloud. Proposals that exceed the indicated budget shall be rejected. The Consultant who has

submitted the highest ranked technical proposal among the rest shall be selected and invited to

negotiate a contract.

5.4.4 LEAST COST SELECTION (LCS)

This method is only appropriate for selecting consultants for assignments of a standard or

routine nature (audits, engineering design of noncomplex works, and so forth) where well-

established practices and standards exist. Under this method, a “minimum” qualifying mark for

the “quality” is established. Proposals, to be submitted in two envelopes, are invited from a short

list. Technical proposals are opened first and evaluated. Those securing less than the minimum

qualifying mark are rejected, and the financial proposals of the rest are opened in public. The

firm with the lowest price shall then be selected.

5.4.5 CONSULTANTS’ QUALIFICATIONS BASED SELECTION (CQS)

This method may be used for small assignments for which the need for preparing and evaluating

competitive proposals is not justified. In such cases, prepare the TOR, request expressions of

interest (EOI) and information on the consultants’ experience and competence relevant to the

assignment, establish a short list, and select the firm with the most appropriate qualifications and

Page 52: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 43

references. The selected firm shall be asked to submit a combined technical-financial proposal

and then be invited to negotiate the contract.

5.4.6 SINGLE-SOURCE SELECTION (SSS)

Single-source selection of consultants does not provide the benefits of competition in regard to

quality and cost, lacks transparency in selection, and could encourage unacceptable practices.

Therefore, single-source selection shall be used only in exceptional cases.

Single-source selection may be appropriate only if it presents a clear advantage over

competition: (a) for tasks that represent a natural continuation of previous work carried out

by the firm (see next paragraph); (b) in emergency cases, such as in response to disasters

and for consulting services required during the period of time immediately following the

emergency; (c) for very small assignments; or (d) when only one firm is qualified or has

experience of exceptional worth for the assignment.

When continuity for downstream work is essential, the initial RFP shall outline this

prospect, and, if practical, the factors used for the selection of the consultant shall take the

likelihood of continuation into account. Continuity in the technical approach, experience

acquired, and continued professional liability of the same consultant may make continuation

with the initial consultant preferable to a new competition subject to satisfactory

performance in the initial assignment. For such downstream assignments, the client shall

ask the initially selected consultant to prepare technical and financial proposals on the basis

of TOR furnished by the client, which shall then be negotiated.

If the initial assignment was not awarded on a competitive basis or was awarded under tied

financing or if the downstream assignment is substantially larger in value, a competitive

process acceptable to the Bank shall normally be followed in which the consultant carrying

out the initial work is not excluded from consideration if it expresses interest. The Bank will

consider exceptions to this rule only under special circumstances and only when a new

competitive process is not practicable.

5.5 SELECTION OF INDIVIDUAL CONSULTANTS

Individual consultants are employed on assignments for which (a) teams of personnel are not

required, (b) no additional outside (home office) professional support is required, and (c) the

experience and qualifications of the individual are the paramount requirement. When

coordination, administration, or collective responsibility may become difficult because of the

Page 53: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 44

number of individuals, it would be advisable to employ a firm.

Individual consultants are selected on the basis of their qualifications for the assignment.

Advertisement is not required and consultants do not need to submit proposals.

Consultants shall be selected through comparison of qualifications of at least three

candidates among those who have expressed interest in the assignment or have been

approached directly. Individuals considered for comparison of qualifications shall meet

the minimum relevant qualifications.

Individual consultants may be selected on a sole-source basis with due justification in

exceptional cases such as: (a) tasks that are a continuation of previous work that the

consultant has carried out and for which the consultant was selected competitively; (b)

assignments with total expected duration of less than six months; (c) emergency

situations resulting from natural disasters; and (d) when the individual is the only

consultant qualified for the assignment.

5.6 TYPES OF CONTRACTS

5.6.1 Lump Sum Contract:

Lump sum contracts are used mainly for assignments in which the content and the duration of

the services and the required output of the consultants are clearly defined. Payments are linked

to outputs (deliverables), such as reports, drawings, bill of quantities, bidding documents, and

software programs. Lump sum contracts are easy to administer because payments are due on

clearly specified outputs.

5.6.2 Time-Based Contract:

This type of contract is appropriate when it is difficult to define the scope and the length of

services, either because the services are related to activities by others for which the completion

period may vary, or because the input of the consultants required to attain the objectives of the

assignment is difficult to assess. This type of contract is widely used for complex studies,

supervision of construction, advisory services, and most training assignments. Payments are

based on agreed hourly, daily, weekly, or monthly rates for staff (who are normally named in the

contract) and on reimbursable items using actual expenses and/or agreed unit prices. The rates

for staff include salary, social costs, overhead, fee (or profit), and, where appropriate, special

allowances. This type of contract shall include a maximum amount of total payments to be made

to the consultants. This ceiling amount should include a contingency allowance for unforeseen

work and duration, and provision for price adjustments, where appropriate. Time-based

Page 54: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 45

contracts need to be closely monitored and administered by the client to ensure that the

assignment is progressing satisfactorily and that payments claimed by the consultants are

appropriate.

Page 55: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 46

CHAPTER – 6

PREQUALIFICATION OF SUPPLIERS,

FRAMEWORK, PROCUREMENT AND THRESHOLD

Page 56: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 47

6.1 Prequalification of Suppliers

Prequalification/enlistment is a formal procedure for the screening of potential bidders prior to

invitation to bid. Prequalification contributes significantly to the purchase of high-quality

products while maintaining the desired competitive nature of the procurement process. To

ensure the transparency and efficiency in procurement and considering the need of the goods

and services, SDF follow the enlistment process for Printing, Stationeries, Repairmen works and

advertisement. It may be mentioned here that in order to maintain more transparency and quality

of work SDF also intends to invite reputed firms which are not under enlistment of SDF

currently.

Prequalification is not intended to reduce competition, but to ensure that invitations to bid are

extended only to those who have adequate capabilities and resources. Prequalification is usually

necessary for limited-source products or products with particular formulation, bioavailability, or

quality assurance issues. Prequalification shall be based entirely upon the capability and

resources of prospective bidders to perform the particular contract satisfactorily, taking into

account their experience and past performance on similar contracts; capabilities with respect to

personnel, equipment, and manufacturing facilities; and financial position.

The invitation to prequalify for bidding on specific contracts or groups of similar contracts shall

be advertised in local and international media as appropriate. The scope of the contract and a

clear statement of the requirements for qualification shall be sent to those who responded to the

invitation. All such applicants that meet the specified criteria shall be allowed to bid. All

applicants shall be informed of the results of prequalification. The list of prequalified firms shall

be updated on yearly basis. Verification of the information provided in the submission for

prequalification shall be confirmed at the time of award of the contract, and award may be

denied to a bidder that is judged to no longer have the capability or resources to successfully

perform the contract.

6.2 Framework Contracts

A framework contract is a contract concluded between a procuring entity and one or more

vendors for the purpose of laying down the essential terms governing a series of specific

contracts to be awarded during a given period (in particular as regards the duration,

commodities/services, prices, etc.). SDF may enter into a framework contract.

Framework contracts may be concluded following open tendering with one or more suppliers to

Page 57: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 48

provide a range of goods and physical services over a defined period of time not exceeding three

years. Framework contracts shall not be used to procure items or goods for prices higher than the

market prices. Framework contracts may take several forms for procurement of—

Definite quantities from a sole supplier for successive deliveries over a defined period of

time and, when necessary, can be combined with an option to purchase additional

quantities

Approximate quantities from a sole supplier for successive deliveries over a defined

period of time with or without an option for an extension

Approximate quantities from several suppliers on an item-by-item basis for successive

deliveries within a defined period of time with or without an option for an extension

Approximate quantities of one or more items from a sole or a number of suppliers for

successive deliveries over a shorter period of time without an option for extension

Page 58: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 49

6.3 PROCUREMENT STEPS

The flow chart given below broadly depicts the essential steps in procurement process,

Establish a Purchase Committee with the approval of MD”

Group the items/ services to be purchased in to a Package

and prepare Procurement Plan with approval MD”

Review and approval of Procurement Plan by the World

Bank

Advertisement/ Letter of Invitation

Select package from Procurement Plan and decide

appropriate method

Direct Contracting for

Goods/ Works and SSS for

Services

Update Procurement Plan & identify

Update procurement Plan & identify item for the next

procurement

Shopping for Goods/ Works

and LCS/ FBS/ CQS for

Services”

NCB/ ICB/ LIB for Goods/

Works and QCBS for

Services

Issue Purchase Order/ Sign

Contract

Select from min. three

quotations, and Issue

Purchase Order/ Sign

Contract

Select a bidder (or

shortlist) and Sign Contract

Page 59: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 50

6.4 PROCUREMENT OPERATIONAL THRESH HOLD

Activity Times, Values, etc

Committees

Constitution of Tender or Proposal Opening Committee

1(one) member from the TEC or PEC and 2(two) other members

from the concerned Procuring Entity and other agencies as below -

(a) Chairperson;

(b) Member;

(c) Member-Secretary.

Tender or Proposal Evaluation Committee for high value

procurement

• Minimum five (5) and normally not exceed seven (7) members

• Two (2) of whom at least shall be from outside the SDF,

• At least five (5) members including one (1) external members shall attend

the Evaluation and sign the Evaluation Report

Tender or Proposal Evaluation Committee for low value Procurement

• Minimum three (3) members of whom one (1) member may be selected

from another agency or another Procuring Entity

• At least three (3) members shall attend the Evaluation and sign the

Evaluation Report

Value of Contracts when number of the Evaluation Committee members

may be reduced:

• Tk. 1.5 (one and a half) million or below for Procurement of Goods and

related Services

• Tk 3 (three) million or below for procurement of Works and Physical

Services

• Up to Tk. 500,000 (five hundred thousand) for intellectual and professional

Services

Composition of the Technical Sub-Committee

• Maximum 3 members

Honorarium

Fee or Honorarium per External Member of Evaluation Committee:

• Maximum Tk. 1,200 (one thousand two hundred) per member per meeting

for Procurements above Tk.100 (one Hundred) million.

Page 60: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 51

•Maximum Tk.1,000 (One thousand) per member per meeting for

Procurements above Tk.10 (ten) million up to Tk.100 (One Hundred) million

• Maximum Tk.600 (Six hundred) per member per meeting for

Procurements between Tk. 1 (one) million and Tk. 10 (ten) million. The

inviting Procuring Entity shall pay the Honorarium to all members

Number of

committee

member and

value

Value of Contracts when external Members of Evaluation Committee

may be from other department of SDF Goods and related services

• Up to Tk. 1.5 (one and a half) million for Procurement under Open

Tendering and for contracts not funded by the WB, Limited Tendering

Method

• Up to Tk. 500,000 (five hundred thousand) for Procurement under Direct

Contracting Method

• Up to Tk. 500,000 (five hundred thousand) for Procurement under Request

for Quotation Method

Works and physical Services

• Up to Tk. 3 (three) million for Procurement under Open Tendering and

Limited Tendering Methods

• Up to Tk. 1 (one) million for Procurement under Direct Contracting

Methods

• Up to Tk.500,000 (five hundred thousand) for Procurement under Request

for Quotation Method

Services

• Up to Tk. 5 (five) million for Procurement of intellectual and professional

Services under Least Cost Selection Method

• Up to Tk. 500,000 (five hundred thousand) for procurement of intellectual

and professional Services under Single Source Selection Method

• Up to Tk. 200,000 (two hundred thousand) for Procurement of unforeseen

urgent Services under Request for Quotation Method

CPTU’s

website

Posting Procurement Plan on CPTU’s website

• For Tk 10 (ten) million and above for Works, Goods and related Services

• For Tk. 5 (five) million and above for physical Services; and

• For Tk. 5 (five) million and above for intellectual and professional Services

Time for pre- Time to provide minutes of the pre-Tender/ pre-bid meeting

Page 61: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 52

bid meeting • Maximum one (1) week

Validity

Period

Tender or Proposal Validity Period

• Normally between sixty (60) and one hundred twenty (120) days

Time for Requesting Extension of Tender or Proposal Validity

• Not later than 10 (ten) days before the expiry date of the Tender or Proposal

Validity

Tender/

performance

Security

Amount of Tender Security

• Not exceeding three percent (3%) of the official estimated cost but as a

fixed amount, in all cases, except for Item-by-Item Tenders or Lot-by-Lot

Tenders containing lots with less than five (5) items in a lot.

Tender Security for Item-by-Item Tenders or Lot-by-Lot Tenders

• Two percent (2%) of the total value of the items or lots offered in one (1)

Tender Security in the case of Item-by-Item Tenders or Lot-by-Lot Tenders

containing lots with less than five (5) items in a lot.

Amount of Performance Security

• Five percent (5%) of the Contract price for divisible commodities

• Ten percent (10%) of the Contract price for Goods and related Services

• Ten percent (10%) of the Contract price for Works if provision for advance

payment exists.

• Five percent (5%) to ten percent (10%) if provision advance payment does

not exist. Five percent (5%) to ten percent (10%) of the Contract price for

physical Services

Amount of Performance Security in case of front loading,

• Maximum twenty percent (20%) of the total Contract value

Percentage of Retention under Contracts for Works and physical

Services

• Not necessary if no advance payment has been effected and Performance

Security of ten percent (10%) is submitted,

• The total percentage of Retention and Performance Security may not exceed

ten percent (10%) if no advance payment has been made, except in the case

under Sub-Rule 27(2)

Time for return of the remaining amount of Retention money or the

Bank Guarantee

• Within twenty-eight (28) days after the issue of the Certificate of

Page 62: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 53

Completion of Defect Liabilities

Time Limit

for Safe

Custody

Time Limit for Safe Custody of received Tenders, Applications and

Proposals

• Maximum two (2) working days

Time for

notification

about

rejection/

award

Time for notification to all Tenderers and Applicants by the Procuring

Entity about rejection of all Tenders or proposals

• Within seven (7) days of decision taken by the Head of the Procuring Entity

Time for Issuance of Notification of Award

• Within seven (7) working days of receipt of the approval but before expiry

of the tender or proposal validity date

Quarterly

Reports for

CPTU

Quarterly Reports for Procurement proceeding in CPTU

• Tk.10 (ten) million and above for Goods and related Services and, Works

and Physical Services

• Tk. 5 (five) million and above for intellectual and professional Services

Contract

Awards in

CPTU’s

website

Posting of Contract Awards in CPTU’s website

• Tk 10 (ten) million and above for Goods and related Services and Works

and physical Services

• Tk. 5 (five) million and above for intellectual and professional Services

Publication of

Contract

Awards

Publication of Contract Awards in SDF notice boards and

posting in its websites

• Below Tk.10 (ten) million for Goods and related Services and Works and

physical Services

• Below Tk. 5 (five) million for intellectual and professional Services

Time for posting Contract Awards in CPTU’s website

• Within seven (7) of issuance of the NOA for not less than a month

Extensions of

Intended

Completion

Date

Extensions of Intended Completion Date

• Up to twenty percent (20%) of the original Contract time Above twenty

percent (20%) of the original contract approval of the MD of SDF shall be

required

Time for decision by the SDF to extend the Intended Completion Date

• within twenty-one (21) days of the Contractor asking the Project Manager

for an extension

Amendment

to the

Amendment to the Contract by the Approving Authority

• When increase on account of approved variations is within fifteen percent

Page 63: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 54

Contract and

payment

(15%) of the original Contract price but not exceeding Tk. 10 (ten) million

Time for payment to the Contractor

• Within twenty-eight (28) days of the date of each certificate

Certification of the Final Payment due to the Contractor

• Within fifty-six (56) days of receiving the Contractor’s account if it is

correct and complete

Time Limit to

issue Defects

Liability

Schedule

Time Limit to issue Defects Liability Schedule

• Within fifty-six (56) days from the Contractor’s request for Final Payment.

Time Limit

for taking

over site

Time Limit for the Procuring Entity to take over the Site and the Works

• Within seven (7) days of the Project Manager’s issuing a certificate of

Completion.

Record

keeping

Records of Procurement to be Maintained by SDF

• For a minimum period of five (5) years and Maximum twelve (12) years

Procurement

Review

Procurement Post Review

• When volume of Procurement of a Procuring Entity in one particular

financial year is more than Tk.100 (one hundred) million

Time for Procurement Post Review

• Within nine (9) months of the end of each financial year

Minimum Number & Percentage of Contracts for Procurement Post

Review

• Not less than fifteen percent (15%) of the number of contracts awarded in

that year to be selected by the independent Consultant in such a manner as to

cover at least thirty percent (30%) of the total contracts’ value.

Enlistment

Formation of the Enlistment Committee

Minimum of three (3) members, of which

• One (1) Director –Finance and Procurement represent the financial unit,

• One (1) member may represent the technical units of the concerned

Procuring Entity and

• One (1) member may be from outside the SDF or MD may nominate one

member from SDF.

Updating the Enlistment-Time by which the Procuring Entity shall

Page 64: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 55

notify Suppliers and Contractors of the annual meeting

• at least seven (7) days in advance of the meeting through advertisement

Value of non Judicial stamp for execution of contracts relating to JVCA

• Tk. 300 (three hundred) or as required by the Government

Review of

Complaints

Time for Administrative Review of Complaints

AS per PPR 2008

Registration Fee and Security Deposit for Complaint to Review Panel

For potential estimated Contract price or Tender price

• Less than Tk. 10 (ten) million, the Registration Fee shall be Tk. 10,000 (ten

thousand) and the Security Deposit shall be Tk. 50,000 (fifty thousand)

• Between Tk. 10 (ten) million and 50 (fifty) million, the Registration Fee

shall be Tk. 15,000 (fifteen thousand) and the Security Deposit shall be Tk.

100,000 (one hundred thousand)

• Above Tk. 50 (fifty) million and up to 100 (one hundred) million, the

Registration Fee shall be Tk. 20,000 (twenty thousand) and the Security

Deposit shall be Tk. 200,000 (two hundred thousand)

• Above Tk. 100 (one hundred) million, the Registration Fee shall be Tk.

25,000 (twenty-five thousand) and the Security Deposit shall be Tk.

500,000 (five hundred thousand)

• For complaints concerning issues prior to Tender opening, the Registration

Fee shall be Tk. 10,000 (ten thousand) and the Security Deposit shall be Tk.

50,000 (fifty thousand).

Number of well-reputed Specialists selected for Review Panels

• Maximum of ten (10) legal experts

• Maximum of ten (10) technical experts of Public Procurement

• Maximum of ten (10) specialists on Contract management

Number of Review Panels

• There shall be three to five (3 to5) Review Panels

Incentive or Honorarium per Review Panel Member

• Maximum Tk. 2,500 (two thousand five hundred) per meeting but not

exceeding five (5) meetings in total for review of one (1) complaint

Time for Selection of Review Panel

• Within five (5) working days

Time for disposal of complaints by Review Panel

Page 65: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 56

• Within a maximum of twelve (12) working days from the date of receipt of

the complaint, the Review Panel shall issue its written decision

Time for

preparation

& submission

of Tenders

and Financial

limit for

various

method

Time for preparation and submission of Tenders for National

Procurement of Goods, Works and Physical Services under the Open

Tendering Method from the date of advertisement -

• Not less than fourteen (14) days for Procurement up to Tk. 3 million

• Not less than twenty-one (21) days for contacts above Tk 3 million and up

to Tk. 50 (fifty) million,

• Not less than twenty-eight (28) days for contacts above Tk. 50 (fifty)

million,

• Not less than fourteen (14) days for emergency Procurement following a

catastrophe,

• Not less than fourteen (14) days for re-Tendering

Financial limit for use of Limited Tendering Method under Enlistment

• Maximum Tk. 1.5(one and a half) million in the case of Goods and related

Services and “stand alone Services”

• Maximum Tk. 3 (three) million in the case of Works and physical Services

Time for preparation and submission of Tenders from the date of

publication of advertisement in the newspaper under Limited Tendering

Method

• Not less than fourteen (14) days

• Time for re-Tendering can be reduced to seven (7) days

• Seven (7) days for Procurement under Rule 63 (b) and (c)

• Below seven (7) days in the case of national disasters with the approval of

Head of Procuring Entity

Time for submission of Technical Proposal in the 1st stage of Two-stage

Tendering

• Forty-two (42) days from the date of publication of advertisement in the

newspaper

Time for submission of the Tender Evaluation Report of the 1st stage

• Seven (7) days

The Minimum Time for Preparation for the 2nd stage in Two-stage

Tendering

• twenty-one (21) days

Page 66: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 57

Financial limit for RFQ of Goods and related Services and, Works and

Physical Services SDF own finance/ GoB budget

• Maximum Tk. 100,000 (one hundred thousand) in each Procurement up to

annual aggregate amount of Tk. 300,000 (three hundred thousand) for Goods

and related Services

• Maximum Tk. 200,000 (two hundred thousand) in each Procurement up to

annual aggregate amount of Tk. 500,000 (five hundred thousand) for Works

and physical Services

Development Budget/IDA Budget

• Maximum Tk. 200,000 (two hundred thousand) in each Procurement up to

annual aggregate amount of Tk. 500,000 (five hundred thousand) for Goods

and related Services

• Maximum Tk. 300,000 (three hundred thousand) in each Procurement up to

annual aggregate amount of Tk. 1,000,000 (one million) for Works and

physical Services

Procurement for national Carriers

• Maximum Tk. 500,000 (five hundred thousand) in each case

Time limit for invitation under the RFQ Method

• Less than ten (10) days from the date of invitation for quotations

Variation Order Limit

• Fifteen percent (15%) of the original Contract price

Value of Direct contracting of goods, works, services of very urgent or

essential nature

• Maximum Tk.2,000,000 (two million) in each Procurement up to annual

aggregate amount of Tk. 3,000,000 (three million)

Maximum Tk.50,000 (fifty thousand) in each Procurement up to annual

aggregate amount of Tk.100,000 (One hundred thousand) with the approval

of the MD of SDF

Limit for

Additional

Deliveries/

Variations

Limit for Additional Deliveries of Goods and Repeat Orders

• Fifteen percent (15%) of the original Contract price

Time for claiming for Variation Order

• Within seven (7) calendar days of being aware of the need for the Variation

Order.

Timeframe for Processing of Variation Orders

Page 67: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 58

• Not exceeding thirty (30) days from its preparation to approval

Cumulative increase in value of Works on the project

• Does not exceed ten percent (10%) of the adjusted original Contract price

Direct Cash

purchase

Annual Aggregate Amount for Direct Cash Purchase

• Maximum Tk. 200,000 (two hundred thousand) but not exceeding Tk.

50,000 (fifty thousand) in a single Procurement

Annual Aggregate Amount for Procurement under Force Account

• Maximum Tk. 200,000 (two hundred thousand) in each case

Preparation

and

submission of

Tenders for

ICB method

Time for preparation and submission of Tenders for International

Procurement of Goods and related Services and Works and physical

Services

• Not less than forty-two (42) days from the date of publication of

advertisement in the newspaper in case of Open Tendering Method

• Not less than twenty-eight (28) days from the date of publication of

advertisement in the newspaper in case of re-Tendering

• Not less than forty-two (42) days from the date of publication of

advertisement in the newspaper in 1st stage and not less than twenty-one (21)

days for preparation in 2nd stage in case of Two-Stage Tendering Method

Domestic preference for national Suppliers and Contractors

• Maximum 15% (fifteen percent) of the delivered price for Goods

• Maximum 7.5% (seven and a half percent) of the contract price for Works

Procurement by Embassies and national carriers

• Maximum Tk. 500,000 (five hundred thousand) in each case

• Maximum Tk 1 (one) million in each case.

Advertisement in Local and Regional Daily Newspapers

• When the official estimated cost is Tk. 500,000 (five hundred thousand) or

below

Posting of Procurement related notices in CPTU’s Website

• When the official estimated cost of Procurement is Tk. 10 (ten) million and

above for Goods and related Services and Works and physical Services

• When the official estimated cost of Procurement is Tk. 5 (five) million and

above for intellectual and professional Services

• Advertisement shall be sent to the CPTU and the newspapers

simultaneously.

Page 68: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 59

Pre-Qualification Thresholds

• Construction Works above Tk. 350 (three hundred fifty) million

• Maintenance Works above Tk. 35 (thirty five million;

• Supply and installation of plant and equipment above Tk. 150 (one hundred

fifty) million;

• Design and build infrastructure above Tk. 350 (three hundred fifty ) million;

• Custom designed equipment above Tk. 35 (thirty five ) million;

• Management contracts above Tk. 350 (three hundred fifty) million

Time allowed for Applicants to prepare their Applications for Pre-

Qualification

• Minimum twenty-one (21) days

Time before which Requests for Clarification on Pre-Qualification

Document from Applicants shall be Received by the Procuring Entity

• Seven (7) working days prior to the deadline for submission of Applications

Time by which Response to Clarifications on Pre-Qualification

Document received from Applicants

• Within five (5) working days

Number of Pre-Qualified Applicants

• Minimum three (3) Applicants

Time Limit for Pre-Qualified Applicants to advise of change in its

structure or formation

• No later than fourteen (14) days after the date of the Invitation for Tenders

Distribution of Minutes of Pre-Tender Meeting by the SDF

• Within five (5) working days after holding the meeting

Time by which the Procuring Entity responds to clarifications on Tender

or Proposal Document and issues an Addendum

• Within five (5) working days of receipt of request from clarification

Time by which Tenderers shall acknowledge receipt of Amendment or

Addenda

• Within three (3) working days

Time by which Tenderers shall inform the Procuring Entity about the

Absence of Addenda or amendment or response for Clarification

• Before two-third of the time allowed for the submission of Tenders has

elapsed.

Page 69: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 60

Time Extension in case of Modification of Tender Document

• If an amendment is made when less than one-third of the time allowed for

the preparation of Tenders remains

• Minimum Time for extension is three (3) days

Multiple

dropping of

Tenders

Multiple dropping of Tenders for Goods and related Services and Works

and Physical Services

• When the official estimated cost of the Procurement is Tk. 3 (three) million

and above

• Must be delivered to the primary place within three (3) hours of the deadline

for submission.

Time Frame

Time for Response by TEC to Objections received from the Approving

Authority

• Within three (5) working days from the date of receipt

Time for written acceptance of NOA by the successful Tenderer

• Within seven (7) days from the date of issuance of NOA

Time for submission of Performance Security by successful Tenderer

• Within fourteen (14) days from the date of acceptance of NOA but not later

than the date specified in the NOA for national Tenders.

• Within twenty-eight (28) days from issue of the NOA for international

Tenders

Time for signing of Contract by the successful Tenderer

• Within twenty-eight (28) days of the issuance of NOA.

• Within twenty-eight (28) days of the issuance of NOA for international

Procurement

Method for

hiring

consultant

and Timing

Least Cost Selection of Consultant

• Maximum Tk. 5 (five) million

Single Source Selection of Consultant

• Maximum Tk. 1,000,000 (one million) for consulting firms

• Maximum Tk. 500,000 (five hundred thousand) for individual consultants

Value of Variation Order for Intellectual and Professional Services

• Maximum fifteen percent (15%) of the original Contract price

Time for preparation and submission of Expression of Interest for

Procurement of intellectual and professional Services

• Minimum fourteen (14) days for national Procurement

Page 70: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 61

• Minimum twenty-one (21) days for international Procurement

Number of

Consultants

in a short-list

Number of Consultants in a short-list

• not less than four (4) and not more than seven (7) Applicants

• preferably six (6)

• RFP Validity 4 weeks to 12 Weeks

Intellectual

and

professional

Services

Time for preparation and submission of Proposal for intellectual and

professional Services

• Minimum twenty-eight (28) days for national Procurement

Minimum forty two (42) days for international Procurement

Time by which the MD of SDF decides or forms committee on

professional misconduct, offences etc.

• Within (five) 5 working days from the date of receipt of the relevant report

Time by which the Committee submits its report and recommendation to

the Managing Director of SDF.

• Within (five) 5 working days from the date of receipt of the relevant report

Delivery of Annual Report by CPTU to the Government

• Within seven (7) months from the beginning of the current Fiscal Year

Page 71: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 62

CHAPTER- 7

BIDDING DOCUMENT, SPECIFICATION AND

SECURITY IN PROCUREMENT OF GOODS

AND WORKS

Page 72: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 63

7.1 Standard Bidding Documents

SDF will prepare bidding documents for each proposed purchase involving international and

national competitive bidding, both to inform and instruct potential bidders, suppliers and

contractors of the requirements expected of them in particular procurement opportunities. Bid

documents should clearly define the SDF and of suppliers and contractors, and the conditions to

be met in order for a bid to be declared valid and responsive. They should also set out fair and

non - discriminatory criteria for selecting the winning bid. Bidding documents is very important

matters in procurement as;

encourage eligible potentially qualified firms to bid, by making reasonable demands for

information and form-filling; not discriminate against any potential bidder; and provide a

clear, objective means of evaluating the bidders.

The detail and complexity of bidding documents vary according to the nature and size of

the contract but they generally include the following:

Invitation for Bid:; To invite potential bidders to present their bids for the project at

hand, and it describes the SDF and source of financing and indicates the goods, works or

services to be procured. An IFB is issued prior to the preparation of the bidding

documents once the GPNs and SPNs are issued.

Instructions to Bidders; providing information to bidders regarding the form, procedure

and timing of bidding.

The Bid Data Sheet; which specifies the parameters of the Instructions to Bidders for the

particular procurement including source of funds, eligibility requirements, procedure for

clarification, bid preparation form, number of copies to be submitted, language of the

bids, pricing and currencies and currency conversion mechanism, instructions on

modification and of bids, bid submission procedures, closing date bid validity period

opening, evaluation and award of contract procedures, procedure for correction of

mathematical discrepancies in bids, purchaser’s right to accept any bid and reject any or

all bids; award criteria; notification of award and procedures for signing of contract.

Evaluation and Qualification Criteria; this section specifies the criteria that the Borrower

will use to evaluate the Bids post qualify the lowest evaluated Bidder.

The General Conditions of Contract; setting out the general provisions of the contract

between the Borrower and the bidder awarded the contract.

Special Conditions of Contract; which modify the General Conditions of Contract for the

particular procurement.

SBDs for Procurement of Goods (SBDG);

SBDs for Procurement of Works (Smaller Contracts) (SBDSW);

SBDs for Procurement of Large Works (SBDLW);

Page 73: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 64

SBDs for Supply and Installation of Plant and Equipment (SBDPE);

SBDs for Procurement of Pharmaceuticals (SBDP);

SBDs for Procurement of Textbooks (SBDT);

SBDs for Procurement of Commodities - Fertilizers and Fertilizer Raw Materials

(SBDC);

SBDs for Supply and Installation of Information Systems;

SBDs for Procurement t of Crude Oil/Petroleum Products;

Standard Bid Evaluation Form - Procurement of Goods or Works;

Standard Prequalification Document - Procurement of Works - Major

Equipment and Industrial Installations; and

Standard Request for Proposals (for Consultant Services)

7.2 Technical Specifications

Precise and clear specifications are prerequisite for bidders to respond realistically and

competitively to the requirements of the Purchaser/Employer without qualifying or conditioning

their bids. The specification must be drafted to permit the widest possible

competition, and at the same time make a clear statement of the required standards of

workmanship to be provided, standards of plant and other supplies and performance of the goods

and services to be procured. Only if this is done will the objectives of economy, efficiency and

fairness in procurement be realized, responsiveness of bids be ensured, and the subsequent task

of bid evaluation be facilitated.

For the goods, plant and other supplies to be incorporated in the works, the specification should

require that they be new, unused, and of the most recent or current models and that they

incorporate all recent improvements in design and materials unless provided otherwise in the

contract. For works contracts, a clause setting out the scope of works is often included at the

beginning of the Specifications, and it is customary to give a list of the Drawings. Where the

contractor is responsible for the design of any part of permanent works the extent of his

obligations must be stated.

In the procurement of works, specifications are usually written by the Employer or Engineer to

suit specific contracts. There are no standard specifications for universal application in all

sectors in all countries, but there are established principles and practices that are accepted. In the

case of goods, depending on the complexity of goods and the repetitiveness of the type of

procurement, it may be advantageous to standardize the General Technical Specifications and

incorporate them in a separate section of the Bidding Documents. There are considerable

Page 74: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 65

advantages in standardizing general specifications for repetitive works in recognized public

sectors such as highways, ports, railways, urban housing irrigation and water supply in the same

country or region where similar conditions prevail.

In specifications for standards for materials, equipment, plant, workmanship and other supplies,

international standards should be used as much as possible and substantially equal quality to the

standards mentioned will also be acceptable.

In the case of procurement of goods or the Supply and Installation of Plant and Equipment,

reference to brand names, catalogue numbers or other details that limit any materials or items to

a specific manufacturer should be avoided as far as possible. Where unavoidable, such item

description should always be followed by the words “substantially equivalent. Technical

specifications in this instance should be descriptive and give the full requirements in respect of,

but not limited to, the following:

standards of materials and workmanship required;

details of all factory tests required (type and number);

details of all work required to achieve completion;

details of all pre-commissioning and commissioning activities to be performed

by the Contractor; and

details of all functional guarantees required and liquidated damages to be applied in the

event that such guarantees are not met.

It is recommended that essential technical and performance characteristics and requirements,

including maximum or minimum acceptable values, as appropriate, be summarized in a specific

section, to be completed by the bidder and submitted as an Attachment to the bid form.

7.3 Contract Securities

Contract securities are used to ensure that suppliers/contractors will perform their contractual

obligations when an award is made after the procurement process is carried out. Securities

include: bid and performance securities, retention money and advance payment securities. These

may be provided in the form of a bank guarantee or irrevocable Letter of Credit, cash, cashier’s

check or certified check or an insurance certificate. Retention money on the other hand is a

portion of the payments due under the contract, which is retained to ensure performance by the

supplier/contractor. When used as a guarantee, it should not exceed 5% of the contract value.

The rates of the securities to be followed as mentioned in 6.4 operational threshold.

Page 75: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 66

7.4 Bid Securities

Bid securities are required as a condition of contract for the bid. It assures compensation to the

Contracting Agency for the time and money lost if the successful bidder fails to honor his bid

and enter the contract. Bid securities may not be required in small contracts and should not be

too high. The rates of the securities to be followed as mentioned in 6.4 operational threshold.

The bid security should be released upon:

the end of the bid validity period, unless extended;

notice to the successful bidder of contract award; and

receipt of the successful bidder’s signed contract and performance security.

7.5 Performance Securities

Performance securities are required as a condition of contract validity. They guarantee the

contractor’s obligations under the contract and should always be required where the contract

value is large. However, the amount of the security should not exceed 10% of the contract price.

Where a performance security is required in addition to retention money, the amount should be

reduced to less than 10%. The contract should define clearly the kind of defaults that would

lead to the surrender of the performance security e.g. the contract may provide that the

performance security be payable only once default has been established by an arbitral award.

Where there is no default, the performance security must be discharged after completion of the

contract and expiration of the warranty period.

Another form of security is the advance payment security which guarantees advance payment

made by the contracting agency against the contractor’s default. They are in the form of a bank

guarantee or irrevocable letter of credit for an amount equal to the advance payment and are

normally callable on demand. Securities must be denominated in the currency of the bid or

another freely convertible currency. The rates of the securities to be followed as mentioned in

6.4 operational threshold.

7.6 Force Majeure

The conditions of contract shall stipulate that failure on the part of the parties to perform their

obligations under the contract will not be considered a default if such failure is the result of an

event of force majeure as defined in the conditions of contract.

Page 76: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 67

CHAPTER-8

EVALUATION AND COMPARISON OF BIDS

FOR GOODS AND WORKS

Page 77: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 68

8.1 General

Regardless of how well the other steps in the procurement process are conducted, if bids are not

evaluated correctly and fairly, the process has failed. Unfortunately, bid evaluation is the step that is most

easily manipulated if one wants to favor a particular bidder. Even though SDF has the responsibility to

make the evaluation,

The basic sequence for bid evaluation is the same for all goods and works, and consists of the following

steps:

Preliminary examination;

Determination of bid responsiveness;

Correction of arithmetic errors;

Conversion to common currency;

Quantification of omissions and deviations;

Application of evaluation criteria;

Comparison of bids; and

Preparation of evaluation report.

8.2 Evaluation and Comparison of Bids

Evaluation of a bid will take into account, in addition to the price quoted, the following factors as

specified in the bid document to be considered:—

1. All costs incurred within the country of the purchaser that are incidental to delivering the goods

to their final destination, including cost of inland transportation, insurance, etc.

2. Delivery schedule

3. Deviations in payment schedule from that specified in the tender document

4. In case of ICB, price preferences shall be given to bidders manufacturing in Bangladesh as

provided in Rule 83 of PPR 2008 and Annexure 2: Domestic Preferences - Guidelines

Procurement Under IBRD Loans and IDA Credits (May 2004, revised October 2006 and May

2010)

5. Other specific criteria stated in the tender document

6. The bidders’ qualifications with respect to technical competence, past performance, and other

information deemed necessary to ensure that the contract will be performed satisfactorily

8.3 Bid Evaluation Committee

In order to examine and evaluate bids, SDF must appoint a Bid Evaluation Committee, In

Page 78: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 69

appointing the members of the Evaluation Committee, SDF will follow the process as mentioned in

clause 6.4

The Bid Evaluation Committee is responsible for the evaluation and comparison of the bids

received and for the preparation of the Bid Evaluation Report.

8.4 Declaration of impartiality and compliance:

The each member of the Evaluation Committee shall -

a) Sign individually a declaration of impartiality in the following manner -

“I (name of the Evaluation Committee member & designation) do hereby declare and confirm that I have

no business or other links to any of the competing Tenderers or Applicant”;

and

b) Sign collectively in the Tender or Proposal Evaluation Report, by certifying that - “The Evaluation

Committee certifies that the examination and evaluation has followed the requirements of the Act,

the Rules made there under and the terms and conditions of the prescribed Application, Tender or

Proposal Document and that all facts and information have been correctly reflected in the Evaluation

Report and, that no substantial or important information has been omitted”

8.5 Examination of Bids

Bids shall be subjected to preliminary examination to identify and eliminate those which are incomplete,

invalid, or substantially nonresponsive. Bids will be checked for—

Eligibility: whether the bidder is from an eligible country or the items to be supplied are from

such countries and whether the bidder has the necessary registrations, licenses, and authorizations

Completeness: whether the letter of intent (bid form) to supply has been signed, the bid prices

have been signed, and an appropriate bid security has been furnished in conformity with the

tender documents

Presentation: whether a quote has been provided for all items, especially if the procurement is in

the form of a package

Bids shall be deemed non-responsive if—

It fails to meet the essential requirements of the bid document

It does not meet the minimum bid specifications

It exceeds the required delivery schedule

It imposes conditions that modify the requirements of the invitation, making it substantially

different from what is required

The price quoted is subject to adjustment when a fixed price is called for

Page 79: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 70

When samples have been requested, they shall be checked for conformity with specifications first before

examining the bids; only bids with acceptable samples shall qualify for further examination and

evaluation.

8.6 Preliminary Examination

The bid examination phase begins during the public bid opening with a preliminary examination of the

bids. Except for decisions about rejecting bids received after the closing time, which is mandatory for all

late bids, other decisions about whether a bid is compliant with bid document requirements should not be

made during the bid opening. Errors may be made based on an incomplete reading or wrong

interpretation of a bid, and a mistaken decision taken hastily in the presence of the bidders is awkward

to correct later. Instead, after the bid opening has been completed, as its first step in the evaluation, the

committee should make a thorough examination of all bids received before the deadline for submission.

The preliminary examination of bids determines whether the bids meet the general procedural

requirements of the bidding documents. In particular, the Committee should examine bids for

compliance with the following requirements, using the bidding documents as the reference point:

The Bid should be signed properly by an authorized party, including the Power of Attorney

if stipulated and are generally in order;

Bid securities should be in acceptable format, for suitable amount and duration;

Bid packages should contain all required documents including supporting evidence of bidder

eligibility and qualifications;

Changes should be initialed;

The mathematical calculations should be properly computed - if not, corrections should be made;

and

Bids should be complete and quote prices for all items in the lot or package if so stipulated

in the bidding document.

However, SDF should exercise reasonable judgment in applying these tests and should avoid rejecting bids

on trivial procedural grounds. For example, if the bidding documents stipulate that each page of the bid

should be signed or initialed and a bidder failed to initial one or more pages of supporting information,

this should not be a ground for bid disqualification. Furnishing one more or one less than the required

number of bid copies, or not using the form supplied in the bid document, but providing bid prices on a

similar form on the bidder’s own letterhead would also be minor discrepancies. These can be rectified

through the clarification process without giving any benefit to the bidder and without prejudice to the

interests of other bidders and need not be causes for rejection. Such discrepancies should be noted,

however, and decisions about their acceptance or rejection should be recorded in the bid evaluation

report.

Page 80: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 71

8.7 Correction of Arithmetic Errors

Bids should be checked carefully by the evaluation committee for arithmetic errors in the bid form to

ensure that stated quantities and prices are consistent. The quantities should be the same as stated in

the bidding document. The total bid price for each item should be the product of the quantity and

the quoted unit price. If there is a discrepancy, the quoted unit price shall govern in the recalculation.

Prices spelled out in words shall take precedence over numeric quotations in case of differences. The

Borrower should correct all arithmetic errors and notify each bidder of the detailed changes. The

Bidder must accept such arithmetic corrections or its bid will be rejected.

8.8 Application of Evaluation Criteria

The preliminary examination stage of bid evaluation described above is aimed at making sure that the bids

received are substantially responsive. A substantially responsive bid is one that conforms to all the

terms, conditions and specifications in the bidding documents without material deviations, reservation

or omission. After the preliminary bid evaluation stage, the bids are taken through a detailed evaluation

in order to select the bidder whose bid not only complies with the technical requirements in bidding

documents, but also offers the SDF the lowest price for the goods, works and/or services to be

procured. During the bid evaluation period SDF will strictly adhere to the following principles:

Ensure that the bid evaluation process is strictly confidential; Reject any attempts or pressure to

distort the outcome of the evaluation;

Reject any proposed action likely to lead to fraud and corruption;

Comply with the Bank’s prior review requirements; and

Strictly apply only the evaluation and qualification criteria specified in the bidding

documents.

8.9 Evaluation of Bids on the Basis of Price Only

In the procurement of simple commodities, semi-finished raw materials and goods, where all offers are of

identical and comparable material, price alone is an appropriate deciding factor. For purposes of

comparing local and foreign bids for goods contracts, the Bid Evaluation Committee compares the EXW

price of goods offered from within the Bangladesh with the CIF (named port of destination) price of goods

offered from outside the Bangladesh. The bidder with the lowest priced bid is then awarded the contract.

The EXW price of local bids and the CIF price of foreign bids are calculated in the following way:

8.9.1 Foreign Bids

Where bidders offer goods procured from abroad, the price for their bids shall be on cost, insurance and

freight (CIF), Port of Entry. The CIF price includes all costs, taxes, duties etc., in the Borrower country. If

Page 81: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 72

CIF “liner terms” are specified, the freight shall also include the cost of unloading the goods on the

wharf at the port of discharge. In the case of procurement of bulk commodities such as fertilizer, iron

ore, etc., bids may be invited and compared on CIF (Free Out) Port of Entry, in which case, the unloading

from the vessel at the Port of Entry shall be carried out by the SDF at its expense. In case of land locked

countries such as Uganda, Hungary, etc., foreign bidders are required to quote Delivered at Frontier (DAF)

Border Station instead of Port of Entry.

8.9.2 Local Bids

Bidders offering goods manufactured or assembled within Bangladesh are quoted EXW (ex-

factory, ex-works, ex-showroom, or of- the-shelf, as applicable). The EXW price should include

all costs, taxes, duties, custom duties and other levies incurred in the acquisition of components

and raw materials, domestic and foreign which go into the manufacture of the goods.

If there is a sales tax or similar tax which is payable only if the sale of the finished goods offered in

the bid takes place, such sales tax and other similar taxes are excluded from the ex-factory price and

quoted separately.

Where local bidders offer goods which are imported, the ex-warehouse price or off-the-shelf price

shall include the customs duties paid on the imported goods by the importer, stockist or agent. The

price shall thus represent the total price payable by the purchaser except for any sales tax.

Where there is no provision for the application of domestic preference margins, the SDF

should evaluate bids offering goods manufactured abroad on a CIF or CIP basis. If SDF use

national shipping lines for transportation, these goods will be evaluated on an FOB basis. On the

other hand bids offering goods manufactured in the Bangladesh are evaluated on an EXW basis.

(Refer to Section 17 for detailed instructions on CIF, FOB and EXW {transport and insurance

issues in procurement})

8.10 Deviations from the Requirements of Bidding Documents

Bidding documents generally outline numerous procedures, conditions and requirements some of which

are mandatory and some which are not. If bidders submit bids that deviate from the specifications

required by SDF, deviations include exceptions, exclusions, qualifications, conditions, stated

assumptions, alternative proposals and changes to stated requirements. Deviations may either be

material or non-material. Material deviations are:

Those which affect the scope and quality or performance of a contract;

Limits the purchaser’s/employer’s rights or bidders obligations; and

Affects unfairly the competitive position of other bidders.

A bid which has complied with all the mandatory requirements of the bidding documents, but has minor or

insubstantial deviations in respect of terms or conditions on the technical

Page 82: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 73

specifications, should be retained for more detailed evaluation and should not be rejected. On the other hand,

one which is not substantially responsive because as it contains material deviations or reservations to

the terms, conditions and specifications in the bidding documents should not be considered further.

In determining whether a bid is substantially responsive SDF, apart from taking into consideration the

general procedural issues, also considers the bidder’s compliance with the required technical

specifications and the commercial aspects of the bid. Deviations may be clarified by bidders but not

withdrawn.

The following examples are considered to be non-material deviations and would be permissible in a

“substantially-responsive” bid:

Commercial Aspects

A bid offering delivery at a date slightly different from that indicated in the bid invitation, unless it

is later than an absolute cut-off date that is clearly stated as such in the bidding documents;

A bid with a fixed price in response to bidding documents calling for bidders to submit prices

subject to price adjustment (the reverse situation, i.e., a submitted price subject to adjustment when

a fixed price is called for, would normally not be permissible);

A bid requesting changes in the coefficient of the price adjustment formula specified in the

bidding document or seeking a ceiling for the price adjustment;

A bid having minor deviations in payment terms;

8.11 Evaluation and Comparison of Bids for Goods and Works

Technical Aspects

a bid offering alternative goods that are equal or superior in specifications and

performance, unless the bid documents explicitly prohibit consideration of any

alternatives;

a bid which meets all performance criteria of a works plant, but not dimensional

provisions that do not affect performance or the utility for the purpose intended;

a bid which offers goods with minor deviations from the technical specifications which

do not affect the suitability of the goods for the intended use, e.g. an agricultural tractor

with a diesel engine developing 80 hp at 2600 rpm in response to bid specifications for

agricultural tractors developing 80 hp at 3000 rpm, (deviations which affect the efficiency or

performance should be evaluated for purposes of comparison); and

a bid which offers the equipment specified but has omitted minor attachments and

components, e.g. a tool kit in motor vehicle. However, the Borrower must quantify this

deviation in monetary terms during the detailed evaluation process prior to comparing

such bid with the other bids.

Page 83: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 74

Quantification of Omissions and Deviations

The procedures described above for correcting arithmetic errors and converting to a single currency are

simply mechanical calculations and are not related to the substance of the bids. In many cases, bidders

will present bids that deviate from bidding document requirements, either accidentally or deliberately

because they believe they gain a competitive edge as a result. Regardless of the reason, such omissions

and deviations should be quantified in money terms whenever possible, to permit direct comparison with

other bids.

In the case of omission of one or a few essential items from a bid, rather than rejecting the bid in its

entirety, a surrogate price for these items may be obtained from printed parts and price lists, if available,

or from the quoted prices of other bidders. In the latter case, a price representing the average of several

other bidders for the corresponding item should be used rather than the lowest or highest figure.

The most common deviations in bids are proposals for different commercial terms; i.e., for amounts of

advance payments, changes in payment schedules, etc. and for changes in the schedule of delivery of

goods or completed works. These can usually be adjusted by applying an appropriate discount rate and

converting them to their equivalent present worth to equalize them with non-deviating bids. As already

indicated, no advantage should be given to a bid offering an earlier delivery date than is specified in the

bid document unless there is a real benefit to the Purchaser. Any bid offering a delivery date that goes

beyond a final acceptable cutoff date specified in the bidding document should be rejected as a non-

responsive bid, irrespective of the offered price.

Another form of bid deviation is to offer a higher capacity or standard of performance than is

required by the bidding document: a larger engine size, greater carrying capacity, etc. No

additional bonus or advantage should be given to such offers unless the bid document

specifically provides for this and sets out how the differences will be evaluated. In the case of

Evaluation and Comparison of Bids for Goods and Works power generating equipment, process plants,

etc., bid documents should always include evaluation criteria and procedures which take into

consideration the value of additional capacity, higher efficiency lower production costs, etc. (See

Section 19.3.4 Evaluation on the basis on Life Cycle Costing)

The bid document is the authoritative source for determining whether various kinds of deviations

are acceptable in a particular case. If it does not specifically rule out or set limits on commercial

deviations, these can be evaluated on present value calculations. Specifications and Bid Data

Sheets should indicate if technical deviations are acceptable and, if so, what criteria and procedures

should be used for their evaluation.

Page 84: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 75

8.12 Evaluation of Bids for Works Contracts

Evaluation of bids for works contracts is more complex than the evaluation of bids for goods.

To make the evaluation process easier and transparent, it is essential for the Borrower set out

in bidding documents, well defined evaluation criteria and carry out the evaluation process in

a transparent manner. If the evaluation criteria is not well defined, Bidders may be reluctant

to submit bids. The evaluation of works contracts involves price and nonprice factors,

depending on the form of works contract being procured. The selection of bids in for a works

contract involves two steps after the preliminary examination to determine responsiveness.

The first being the selection to determine whether Bidders demonstrate relevant experience in

the undertaking the works being procured and the second step is based on price.

As in the case of evaluation of bids for procurement of goods, evaluation of works contracts begins with a

determination of the following basic issues:

was the bid received by the due date required in the bidding documents;

is the bid accompanied by the prescribed fees and bid security;

is it submitted in the required form, where necessary; and

does it comply with all the specific mandatory requirements of the bidding documents.

Once a bid has been determined as responsive, the Bid Evaluation Committee assesses the technical

feasibility of the bids and compliance of such bids with specifications required in bidding documents.

Evaluation also involves the examination of the Bidder’s key staff in order to make a determination of

whether they possess the qualifications and experience to undertake the works contract. The SDF also

takes into consideration similar works procurements that the Bidder has engaged in within the last five

or so years, and whether they have been successful. Apart from these the Bid Evaluation Committee also

evaluates the Bidders financial capabilities using the documentary evidence of the Bidder’s financial

viability to carry out the contract. Bank policy requires bidders to submit with their bids financial

statements for a number of years specified in the bidding documents. These fall under the non price

factors that need to be evaluated.

After evaluating the non price factors, the Bid Evaluation Committee, proceeds to evaluate

the prices offered for the contract. Depending on the kind of works contract being procured,

the lowest evaluated bidder is determined and awarded the contract. In a contract for the

8.13 Evaluation and Comparison of Bids for Goods and Works

Building of a major road or power plant, the lowest evaluated bidder is the one offering the lowest price

to the Borrower to build the road or power plant. On the other hand where the works contract is in the

form of a concession, then the lowest bidder should be the Bidder charging the lowest tariff for the

Page 85: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 76

services to be provided by the works, this is usually the case where the Bidder undertakes the

construction and operates it for a while before handing it over to the Borrower.

Evaluation of Deviations in Bids for Works Contracts.

Bidders for works contracts often qualify or condition their bids in some way, creating

problems for Borrower staff who must decide whether a bid is substantially responsive to the

bidding documents and, if so, how deviations from the bidding conditions should be handled

in the evaluation of bids. Clear unambiguous bidding documents prepared by experienced

staff of the Borrower result in fewer qualifications by bidders. Pre-bid conferences during the

bidding period should also be convened to clarify any serious ambiguities and discrepancies

in the documents.

Deviations may include exceptions, exclusions, qualifications, conditions, stated assumptions,

alternative proposals (when not specifically solicited) and other changes to the requirements of bidding

documents. Their degree of acceptability and impact on bid comparison will vary; some may be clearly

unacceptable; some that are acceptable may be quantifiable in monetary terms; others may not be

quantifiable but may still affect the competitive position of other bidders.

The first stage in evaluation is to decide whether the deviations in a bid are so material as to be

unacceptable, and therefore are grounds for rejecting the bid. Fairness to the other bidders is a prime

consideration. A bidder’s deviation which, in itself or by its withdrawal or rectification, would

seriously affect the competitive position of other bidders unless they were given the same opportunity,

would normally constitute grounds for rejection of the entire bid. The following deviations (or some

combination thereof) may result in rejection of bids in Bank financed contracts:

bid submission by a legal entity or joint venture different from that which was

prequalified (excepting when all members of the new joint venture were prequalified initially);

The submission of a base bid subject to price adjustment when fixed price bids were

called for;

The submission of a bid based on an entirely different alternative design where such had not been

requested nor expressly permitted;

an inflexible time phasing of contract construction or performance not conforming to

prescribed critical key dates or “milestones” in a broader construction program; and

sub-contracting in a substantially different amount and manner than specified.

Deviations from the bidding requirements which do not appear at first sight so serious as to provide

immediate grounds for bid rejection maybe considered further in the evaluation process. The following

are examples of such deviations in Bank-financed contracts:

Page 86: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 77

8.14 Open Tender Procedures

Upon approval of the procurement plan or requisition to procure and notification of availability of funds,

the DFP of SDF shall prepare an operational schedule and proceed with procurement to ensure delivery

in a timely manner. For open competition, bids will be invited on the basis of detailed public notices and

bid documents, which will contain—

1. Instructions to bidders

2. Bid data sheet

3. Form or letter of Bid

4. Form of Contract

5. Schedule of requirements

6. Specifications and drawings

7. Relevant Technical Data

8. Condition of Contract both General and particular conditions of the contract

9. List of Goods or Bill of Quantity

10. Delivery time or Schedule of Completion

11. Standard forms (e.g., bid securities, performance securities)

12. Necessary appendices i.e. formats for various Securities

8.15 Opening of File

A file shall be opened for every procurement package upon which a status summary form shall be

affixed. The procurement personnel must enter the expected time line on this form to serve as a yardstick

by which actual time can be compared and to help maintain a concise and chronological summary of all

actions from initiation to completion of the procurement. The status summary will contain a full history

of transactions for the purpose of providing—

1. Summary background information to ensure informed decision making at each stage of the

procurement cycle

2. Information on actions taken by personnel in the procurement cycle

3. Information for review and investigation of certain actions

4. Essential information in the event of any inquiries, litigation, or audit

8.16 Preparation of the Tender Document

Tender documents shall be prepared for all contracts. Use of standard bidding documents is

recommended. Although the level of detail in the tender document will depend on the size and nature of

the contract, it should clearly specify the—

1. Items required

Page 87: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 78

2. Specifications

3. Bidding procedure

4. Criteria for bid evaluation and contract award

5. Any special conditions

8.17 Specifications / Terms of Reference / Description of Services

Specifications must be clear, accurate, complete, and drawn in such a manner as not to be unnecessarily

restrictive, which unduly limits competition. Specifications should leave no doubt in the minds of

potential bidders as to the nature of the goods, works, or services required.

Specifications must be drawn up by the respective units responsible for estimating different RH

commodities. Where technical considerations are involved, expert assistance shall be sought to draw up

the right specifications.

8.18 Delivery Periods and Performance

Delivery and performance schedules stated in the tender document shall be designed with due regard to

the following—

Urgency of need for supplies

Whether the item has to be manufactured and shipped or whether it is an off-the-shelf item

Prevailing market conditions that could affect manufacture and/or shipment

Transportation mode or how the supply is to be delivered

Time for obtaining and evaluating bids and awarding contracts

Delivery terms, e.g., CIP, DDP, or Ex Works in the case of ICB

The tender document shall indicate the latest delivery schedule acceptable to the purchaser; any offer

beyond this time may be penalized or declared nonresponsive. The point of delivery shall be specified in

the tender document.

8.19 Bid Validity

The bid validity period specified in the tender document shall be a period sufficient to allow Evaluation

and award of contract.

8.20 Bid Currency

The currency of bid shall be the BDT unless otherwise specified in the tender document. The base

currency for evaluation purposes shall be the BDT. The selling exchange rate established by the Bank of

Bangladesh as specified in the tender document at the date of bid opening or as specified in the tender

document shall be used for conversions of other currencies to the BDT for comparison. The currency of

bid shall also be the currency of contract and payment.

Page 88: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 79

8.21 Liquidated Damages

If the supplier fails to deliver any or all of the items within the period(s) specified in the official purchase

order or contract agreement, the purchaser shall be entitled to deduct, without prejudice to any of its

rights under law, from the contract price, as liquidated damages, a sum equivalent to 0.2–0.5% of the

portion of the contract price of the undelivered or delayed portion of the goods for each week of delay

until actual delivery, up to a maximum deduction of 10% of the value of the delayed goods. Once the

maximum is reached, the purchaser may elect to terminate the agreement.

8.22 Packing and Marking

The tender document shall specify appropriate instructions on the method and nature of preservation,

packing, and the markings to be made on the packages to ensure that the goods will be protected from

damage, theft, and pilferage while in transit. If goods are to be transported to sites without storage, it

shall be requested that the goods be packed in nonreturnable containers.

8.23 Approval of Tender Document

All bid documents shall be approved by the HOPE. Bidding documents relating to prior review packages

funded by pool funds for items to be procured using international or national bidding, or any other

procurement method as specified under Schedule II of the PPR 2008, shall be sent to the WB for issuance

of a No Objection prior to invitation of bids.

8.24 Invitation for Bids

The invitation for bids is to alert the business community to the upcoming procurement opportunity and

should therefore be given wide publicity so that eligible, qualified bidders can register their interest and

look forward to receiving the tender document. On completion or approval of the tender document,

advertisements shall be placed in the newspapers and on the SDF and CPTU websites (mandatory if the

value exceeds the threshold specified in PPR 2008 clause 16.11), in the United Nations Development

Program/ MD Market website in case of IDA/pool-funded procurement or invitations sent directly to

selected bidders.

As a general rule, all such invitations for bids shall allow sufficient bidding time (i.e., the period between

the invitation for bids and the opening of bids) to enable bidders to purchase the tender documents and

submit bids.

If bidders are supposed to purchase tender documents, all eligible bidders shall provide their names,

contact addresses, emails, and telephone and fax numbers (if available) to enable the SDF to contact the

bidder with any required communication before bid opening.

Page 89: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 80

8.25 Activities during Bidding Time

If, after issuing the invitation for bids, but before the time of bid opening, it becomes necessary to make

changes in specifications, delivery schedules, opening dates, etc., or to correct a defective or ambiguous

statement in the invitation, an amendment shall be issued in the form of an addendum, which will be

given to every invited bidder.

A bidder may also request a clarification in the bid. In such situations, the DFA shall respond if the

request is received within a reasonable time (as specified in the bid document) prior to the deadline for

submission of bids. Such a response shall be sent out to all who have been furnished with the tender

document without revealing the source of the enquiry.

Before issuing an amendment to the bidding documents, the amount of time remaining for bid

submission must be considered. If an amendment needs to be issued and there is less than 1/3 of the time

allotted for the submission of bids left, the procuring entity shall extend the deadline by an appropriate

number of days (a minimum of three days) for submission of bids depending upon the nature of the

procurement and the addendum. Such notification must be included in the amendment.

8.26 Postponement of Bid Opening

An amendment postponing bid openings may be issued when the DFP has reason to believe that a

significant number of bids have been delayed due to acts beyond their control or when unanticipated

events interrupt the normal governmental process so that conducting the scheduled bid opening will not

be practicable. In such situations, the new opening date shall be advertised to give all parties reasonable

time to become aware of the changes.

8.27 Cancellation of Invitation before Opening

Invitations for bids should not be cancelled unless such cancellation is clearly in the public interest, when

there is no longer a requirement for the supplies or services or when amendments to the invitation would

be of such magnitude that a new invitation is desirable.

Where an invitation is cancelled, bids that have been received shall be returned unopened to the bidders

and a notice of cancellation shall be published in the same media used for the invitation of bids.

8.28 Bid Submission, Opening, and Recording

8.28.1 Bid Submission

Bids shall be submitted to the address in the invitation for bids not later than the exact date and time set

for bid opening. Bids shall be submitted in the numbers specified in the invitation to bid and in sealed,

addressed envelopes.

Page 90: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 81

All bids including all modifications received prior to the time of opening shall be kept unopened in a

secure place.

Bids submitted after expiry of the deadline shall be declared late and shall not be considered; such bids

shall be stamped “late” and returned unopened to their respective bidders. Generally, emailed,

telegraphed, or faxed bids shall not be accepted.

8.28.2 Opening of Bids

Bids must be opened by a committee (TOC) of at least three, in accordance with the provisions of

Schedule II of the PPR 2008 in the presence of bidders’ representatives who choose to attend the

opening.

The officials designated as the TOC shall declare the time for the tender opening. The officials shall then

personally and publicly open the tenders and read the contents aloud to all persons present and have the

proceedings recorded.

8.28.3 Modification of Bids

Bidders may modify or withdraw their bids after submission, provided that written notice of

the modification or withdrawal of the bids duly signed by an authorized representative is received by the

HOPE prior to the bid submission deadline. More details on withdrawal and modification are given in the

Standard Bidding Documents.7

The original of each bid shall be carefully safeguarded.

8.28.4 Recording of Bids

The chairperson of the TOC shall call out the contents, which shall be recorded by the rest of

the members of the opening panel and bidders representatives, if they so wish. Also to be recorded are

prices, delivery periods, provision of bid securities, withdrawals, modifications in standard format, and

samples (if these are required).

At the end of the bid opening, TOC members shall append their signatures to the bid recording sheet.

Minutes of the bid opening must be prepared by the member/secretary of the TOC and placed in the

procurement file. Copies of the minutes shall be distributed to the MD- SDF. In addition, bidders may

request copies. For prior review packages, copies are also promptly given to the WB.

8.28.5 Bid Samples

Samples should generally be requested if other methods of description are not feasible or adequate. Such

samples must be submitted with the bids or upon request of the TEC if required.

Page 91: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 82

Where samples are required, inspection of such samples should be done by a joint team drawn from the

DFA and the user units. Samples submitted shall be stripped of any identifying marks and coded before

the inspection takes place to prevent the possibility of bias in selection. The person who strips and codes

the samples shall not

8.28.6 Currency Conversion

Bid prices quoted in various currencies shall first be converted to BDTs by using the selling exchange

rate of a representative Bank as specified in the tender document on the date of bid opening.

8.28.7 Payments

The method and conditions of payment to the supplier shall conform to those set out in the tender and

contract documents.

When final payment is to be made after delivery of the items, the items must be checked and a goods-

received note or an acceptance certificate issued before payment can be made; for imported goods,

payment should be supported by the shipping documents.

Prices charged by the supplier for goods shall not, with the exception of any price adjustments authorized

in the tender document or contract, vary from the prices quoted by the supplier in his bid.

8.29 Clearing and Delivery and Post-Delivery Considerations

8.29.1 Clearing and Delivery

When a local supplier or foreign supplier on CIP (point of delivery) is awarded the contract,

Then delivery must be made by the supplier at the indicated place.

When the award is on a cost and freight or cost, insurance, and freight basis, as soon as the shipping

documents are received, the clearing agent appointed by the SDF shall make the necessary application to

exempt the goods from duty (if needed) or process the necessary documentation so they can be cleared

from the ports immediately upon arrival.

When the advance shipping documents are received by the C&F they shall notify the DFP to enable the

latter make preparations to receive the goods

When the imports are on a cost and freight basis, the DFP is responsible for providing insurance; when

SDF receives the shipping documents, they must be given to the C&F who will contact the approved

insurance agent to obtain the necessary coverage.

When goods arrive at the port and are being cleared, the SDF shall be notified to make provision for the

receipt, storage, and distribution of the goods.

Page 92: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 83

When cleared from port, the goods shall be delivered to the receiving bay of the destination warehouse

where they shall be checked by the Standing Board (nominated by the MD-SDF) for quality and quantity

against the supplier’s invoices. Once the Board issues their report, the information must then be entered

in the receiving-warehouse inventory control system and a goods-received note generated; the note shall

be signed by the Additional Director in charge of the Central Warehouse and attached to the supplier’s

invoice and sent to the MD for payment.

The goods received shall be transferred to the appropriate warehouse via a transfer document. A report

on the condition of the goods received is to be sent to the MD.

8.29.2 Warranty/Defects Liability Period

When required, the warranty period shall be calculated from the time of delivery of the goods

or as specified in the contract documents.

During the warranty period, the supplier shall compensate the purchaser for losses due to defects

resulting from faulty design, materials, and workmanship which become manifest.

The user or warehouse shall notify the SDF if any defect is detected in any items supplied which are still

under warranty; the DFA of SDF shall then promptly notify the supplier or contractor in writing of any

claims. The MD of SDF may take any necessary action to claim compensation at the suppliers’ expense

if the supplier fails to remedy the defect while the goods are still under warranty. All steps should be

taken as mentioned in the tender document and as per PPR 2008.

8.29.3 Defective Goods at Time of Delivery

After goods have been delivered, if the SDF user is not satisfied because the goods

are of substandard quality or otherwise do not meet the specifications as stated in the

purchase contract, the Standing Board shall issue a discrepancy report to the MD. This will provide the

MD with the necessary information to enable it to reassess the performance of the supplier and take

appropriate action permitted by the law or under the contract.

Page 93: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 84

CHAPTER-9

PROCUREMENT STRATEGY, OBJECTIVE AND

RISK MANAGEMENT

Page 94: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 85

9.1 SDF’s Procurement Strategy

SDF always give emphasize to improve the capability of SDF staff in a sustainable manner. It’s

institutional procurement strategy is to ensure the roles, responsibilities, structure, reporting,

procurement systems, skills and capacity building of staff and these will be used at optimized

ways. SDF also follow it’s project’s specific procurement strategy, and the general practice is to

follow financiers’ rules in Development Partner funded projects, the Government’s Public

Procurement Act 2006 (PPA) and Public Procurement Rules 2008 (PPR).

9.2 Procurement Objectives

SDF, key strategic procurement objectives have been identified.

Category

Supply

Difficult

y

Relative

Expenditur

e

General

Objectives Solution

Routine Easy Low

Minimize

Administrativ

e Effort

Procure with minimum lead time

(computers, printers, bicycles).

Supply and acceptance test at

decentralized level if possible.

Post-sales services contracts at

district/sub-district level.

Leverage Easy High Reduce Total

Expenditure

Use life-cycle costing with proper supply

chain for routine maintenance (CCVs).

Introduce long-term contracts (software,

CSOs, MIS development).

Bottleneck Difficult Low

Ensure supply

quality and

continuity

Establish standard specifications for SDF

needs (motorcycles).

Long-term contracting (licensed software

and systems, CSOs etc.).

Strategic Difficult High

Manage

supplier

relationship

and reduce

risk and cost

Use single source contracts for strategic

assignments with due rationale.

Maintain a pool of short-term consultants

for indefinite delivery contracts, including

for procurement and audit services.

Page 95: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 86

9.3 Procurement Risk Management

9.3.1 Capacity of Staff

SDF always give emphasize to improve the capacity of staff to minimize the procurement

risk. Necessary training will be arranged for the respective staff so that they can perform the

procurement task properly.

9.3.2 Identifying risk and risk mitigation from different procurement problem

Problem Risk Factor Risk Mitigation

SDF cannot procure material

in timely

Project operation will hamper

for getting material in due

time

Make and approve

procurement plan from

authority.

Many qualified bidders cannot

participate in bidding

Lack of competition Give appropriate time to

bidder, so that they can

prepare bid in time

Only few participants are

dropping bids.

Lack of publication It is necessary for wide

publication for competitive

bidding process

Page 96: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 87

CHAPTER - 10

HANDLING PROCUREMENT COMPLAINTS

.

Page 97: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 88

10.1 Right to Complain

Any supplier that claims to have suffered or that may suffer loss or injury due to a breach of the

provisions of the procurement procedures outlined in the PPR 2008 or the WB procurement

procedures may seek redress as per Rules 56–60 of the GOB PPR 2008. Some of the typical

circumstances under which a formal complaint may be to MD in the case of invitations for

prequalification include—

Prequalification documents were not ready when the advertisement was published by

SDF or were not available when requested by a potential applicant

Failure to respond promptly to a request for clarification from a potential applicant

Failure to evaluate the qualifications as per the criteria stated in the prequalification

document

Perceived unfair denial of prequalification

Possible corrupt or collusive practices that may have advantaged a competitor

Some of the typical circumstances under which a formal complaint may be to MD in the case of

open tendering, limited tendering, two-stage tendering, and request for quotations include:

1. Advertisement procedures not properly adhered

2. Tender documents not ready when the advertisement was published by the SDF or not

available when requested by a potential bidder

3. Failure to respond promptly to a request for clarification from a potential bidder

4. Technical specifications that are not generic or are framed in such a way that only one or

a select number of manufacturers can meet them

5. Failure to hold a pre-tender meeting as per the published advertisement or to notify

potential bidders in a timely manner about a change in date, location, and time that

resulted in some bidders being unable to attend the meeting

6. Failure to open the bid as stated in the advertisement of invitation or improper conduct at

the time of tender opening

7. Mishandling of bids received from bidders resulting in the opening of one or more

tenders before the specified time that causes either a loss of confidentiality or an actual

failure to open a tender at a public meeting

8. Failure to open all bids received prior to the submission deadline

9. Failure by the TEC/PEC to evaluate the tenders in compliance with the evaluation

criteria stated in the tender documents

Page 98: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 89

10. Any attempt by the SDF to “negotiate” with the successful tenderer without giving equal

opportunity to all tenderers prior to an award

11. Possible corrupt or collusive practices giving advantage to a competitor

12. Perceived unfair or erroneous award of a contract

13. Breaking confidentiality at the time of clarifications with each bidder during the

evaluation in the first stage of a two-stage tendering

10.2 Submission of Complaints to the Authority

1. The person shall submit a complaint in writing within the period specified in Schedule II

of the PPR 2008 to the Managing Director of SDF

2. After submission of complain the matters will be dealt with following the specified in

Schedule II of PPR-2008

3. SDF shall maintain a complaint register in which brief information of all complaints and

the decision taken regarding such complaints shall be recorded.

However, as per the PPA 2006, the following shall not be the basis for a complaint provided for

in Act 29(1) -

The choice of procurement method

A refusal to short-list an applicant

The decision to reject applications for prequalification, tenders, quotations, or proposals

A decision of award made by CCGP

10.3 Applicable Law

The applicable laws under which the contracts shall operate are the laws of the Peoples’

Republic of Bangladesh.

References:

1. PPA-2006

2. PPR-2008

3. World Bank guideline for procurement

4. PAD

Page 99: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 90

ANNEX 1. SUPPLIER REGISTRATION FORM

Section 1. Company Details and General Information

1. Name of firm

2. Street address Postal code City Country

3. P.O. box and mailing address

4. Telephone number

5. Fax number

6. E-mail address

7. WWW address

8a. Contact name

8b. Contact title

9. Parent company, if any (full

legal name)

10. Subsidiaries, associates, and/or overseas representative(s), if any

11. Nationality of the firm

12a. Type of business

12b. If other, specify

13. Nature of business

14. Year established

15. Key personnel (include names of candidates, positions, professional qualifications, and

experience)

Technical Production Management

16. Dates, numbers, and expiration dates of current licenses and permits

17. Current registration information with any Government

Ministry/Division/Directorate/Department/Authority/Unit or any other office.

18. Proof of product and facility registrations with purchaser’s country regulatory authority

and international agencies (e.g., WHO Certification Scheme, GMP)

19. Name of government agency(ies) responsible for inspecting and licensing of facilities in

the country of origin of the raw material and or processing of the goods

Date of last inspection

20. Quality assurance certification

(Please include a copy of your latest

certificate with the PQ application)

21. Production capacity (insert peak and average production capacity over the last three years

in units/day or units/month, etc.)

22. List of names and addresses of sources of raw material

23. Raw materials tested prior to use

Page 100: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 91

24. Presence and characteristics of in-house quality control laboratory

25. Names and addresses of external quality control laboratories used

26. Are all finished products tested and released by quality control prior to release for sale?

Yes No If not, why?

27. List control tests done during production

28. Procedures for dealing with rejected batches

29. List tests conducted after production and prior to release of product on market

30. List product recalls linked to defects during the last 36 months, including reasons and

dates of recall

31. Are technical documents available in English? Yes No

32. Working language of bids and contracts is English

Section 2. Financial Information

33/34. Annual sales value for the last 3 years

Year Total sales (USD)

35. VAT no./tax ID

36. Social security number

37a. Bank name:

37b. Swift/BIC address

37c. Bank address

37d. Bank account number

37e. Account name

38. Please mail a copy of the company’s annual or audited financial reports for the last three

years.

Section 3. Current Contract Commitments/Contracts in Progress

39. Name of contract(s)

40. Purchaser contact information (insert address, telephone, fax, e-mail address)

Page 101: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 92

41. Value of outstanding contracts (current USD equivalent)

42. Estimated delivery date

43. Average monthly invoices over the last six months (USD/month)

Section 4. Experience

44. Contracts over (insert amount) during the last three years

Purchaser Value Year Goods/services supplied Country of destination

Section 5. Other

45. Please list any disputes your company has been involved in over the last 3 years

Year

Award FOR or AGAINST applicant

Name of client, cause of litigation, and matter in

dispute

Dispute amount (current value, USD

equivalent)

46. We hereby certify that the information provided in this form is correct and, in the event of

changes, details will be provided as soon as possible.

Signed

Page 102: Social Development Foundation (SDF)pubdocs.worldbank.org/en/623901477976021228/pdf/...Social Development Foundation (SDF) PROCUREMENT MANUAL July 2015 Public Disclosure Authorized

Page | 93

ANNEX 2 : Procurement Plan Format

Sl No.

Contract Package Number

Contract Description

Unit Qty/ Nos.

Actual Contract Price in US $

Actual Contract Price in BDT

Estimated

Contract Price in

BDT

Procedure / Method

Procurement

Guideline (PPR)

Prior Review (Yes / No)

Planned Date of

Bid Opening

Planned Date of

Contract Signing

Planned Date of Delivery

Name of Supplier

Progress of Procurement

as of Remarks

Actual Date of

Bid Opening

Actual Date of

Contract Signing

Actual Date of Delivery

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17