speedy settlement of audit observations, inspection … week...speedy settlement of audit...
TRANSCRIPT
Speedy settlement of Audit observations, Inspection reports,
Disposal & Audit paras
The Audit of the receipts and expenditure of the state is conducted by AG
Karnataka, Bangalore as behalf of the comptroller and Auditor General of
India. The Aim and purpose of the audit is among other things, to bring to the
notice of Legislature, items of expenditure which are beyond the scope of the
authorization made by the Legislature, cases of irregular expenditure, loss of
public money caused by default, lack of supervision or other causes, as well as
excess or short collection of taxes, erroneous assessment of taxes etc., Such
Audit observation are included in the Annual Reports of the CAG of India on
the Accounts of the State Govt. Separate reports are prepared in respect of
public undertakings, PRI’s under Article 151(2) of the Constitution .The reports
of CAG are submitted to the Governor who will cause them to be laid before the
Legislature of the state. The Legislature refers the CAG report (Civil) i.e. PRI’s
other departments along with appropriation and finance accounts to the
committee on public on public accounts. Similarly the CAG Report
(Commercial) to the committee on public undertakings.
In the course of Audit, AG raises certain observations or asks for
clarifications in respect of expenditure incurred or Revenue realized by the
various officers of Govt. These observations are basis on the audit in central
office or during local audit or inspection of the accounts in the departmental
offices. Some of the observations, mentioned in the observation memoranda,
audit enquires, Inspection Reports are likely to lead to audit para in the CAG
Report to be placed before the Legislature. The expeditions settlement of these
observation is therefore, most important.
Inspection Reports
During the course of local inspections, the Audit staff will be issuing
“Enquiries” calling for information on various points. The audit officer generally
discusses with the Head of the office before finalizing his inspection report. The
Head of the office should seize this opportunity to check up whether are
relevant materials have been made available to audit to enable them to bring
out the fall facts of each case in the Inspection Report and by mutual
discussion is may be possible to settle on the object all the minor objections
and irregularity.
The Head of the office without waiting for the inspection report, initiate
action to rectify irregularities, defects omissions, which came to light in the
course of audit. For example if it is discovered that a sanction issued by the
Head of the Office was in excess of the powers delegated to him. Immediate
steps should be taken to get his action ratified by the competent authority.
The inspection report should be replied within fortnight from the date of
their receipt. If it is not possible interim replies indicating the action taken
should be sent to AG and final replies within 3 months.
The request of audit is reported to departmental officers so that
appropriate action is taken to rectify the defects and omissions where possible
and to prevent their recurrence. The delay in the disposal of audit observations
tends to defect the very purpose of audit. Besides, it may involve Govt in
available loss on account of fraud, defalcation and other serious irregularities,
which ma remain undetected for want of prompt attention. With the lapse of
time it may become more difficult to settle the audit observations due to
difficulty in locating the relevant records, or death, retirement of concerned
officers and officials.
Heads of officers should maintain a registered of audit observations in
the form given below.
Register of Audit (objections) observations
(Form No.21 Budget Mannual)
Sl
No.
Date of Receipt No and date of
Objections slip
Nature of
objection
Amount
objected
Date of
reply
Initials of
the Officers
Remarks
As soon as the audit observations is received from AG is should be
cantered in the register.
All the audit observations received in a calendar year should be serially
numbered. Each item of audit observations should be given a serial No. If there
are two or more items is a single memo or letter received from AG, separate
serial No. Should be given for each of them
An item should be treated as closed only after an intimation of
acceptance of the reply is received from the accountant General, if however, a
reply is not received during the half year and the item is not shown as
outstanding in the next half yearly list of outstanding objections received from
the AG, the item may be treated as closed. Items which are cleared should be
rounded off as Red ink, under the alterations of the Head of the Office.
There should be only one register for the whole office and one officials
should be made responsible for the maintenance of the register.
The register should be closed monthly and reviewed by the head of the
office, while doing so special attention should be given to the clearance of old
observations still pending. If there is any difficulty the head of the office should
keep contact with the office of AG and discuss with concerned.
The AG forwards to the Head of the Dept and secretaries to Govt. half
yearly statements of audit observations outstanding for more than six months,
during June and December every year.
Immediately as receipt of the half yearly statement the Head of the Dept
should address the concerned drawing officers to clear all the audit
observations expeditiously. He should obtain from the drawing officers every
month reports showing the details of the objections cleared during the previous
months and those awaiting clearance and the reasons for the delay in the
clearance of the outstanding items. The Head of the department should closely
watch the receipt of the monthly reports, review the progress in the clearance
of the objections. And issue suitable instructions to the drawing officers.
--------
Compliance to Pending Inspection Reports, Local Audit Reports and
Audit Reports.
The Accountant General (Audit) conducts periodical inspection of Government
Departments to test check the transactions and verify the maintenance of
important accounting and other records as per prescribed rules and
procedures, highlighting cases of financial irregularities, fraud,
misappropriations and issue inspection reports to the Heads of the Offices with
a copy to next higher authorities. Government Rules provide for prompt
response by the Executive to the inspection reports to ensure corrective action
and accountability for the lapses noticed. Serious irregularities proposed for
inclusion in the audit Reports are also brought to notice of Heads of
Departments by Audit. A half yearly report of pending inspection reports is
sent to the Secretary of the Administrative Department to facilitate monitoring.
Responses to audit observations and reports are not prompt in many cases.
There is therefore a need for significantly improved enforcement of the rules
regarding responses and follow ups. Appropriate incentives and penalties need
to e established for audit responsiveness like linking release of funds to a
department’s adherence to rules regarding audit observations.
At the field level all the drawing and disbursing officers shall be responsible for
sending compliance reports to the inspection reports / audit paras PAC paras
for years up to and inclusive of 2002-03. A report indicating year wise paras
outstanding in inspection reports / audit paras / PAC paras and the
compliance sent to audit in each quarter shall be sent to the Head of the
Department / internal Financial Advisor of the Administrative Department.
The format in which the report has to be sent is enclosed at Annexure – I.
Likewise the Heads of Departments shall forward a report in the format as in
Annexure II. Each quarter to the Finance Department. The Heads of
Departments and the Administrative Departments shall issue instructions to
the concerned treasuries not to honor non-salary bills presented by the
Drawing and Disbursing officers from whom reports are not received for the
quarter.
5
ANNEXURE – 1
Department: DDO:
Compliance Report on Paras Outstanding in Inspection Reports /
Local Audit Reports
Inspection Report/ Local Audit for the Period
Dates of Audit
Date of Receipt of Report
Year Wise No. of paras in Report
No. of paras for which replies are sent to Audit
No. of paras under Verification
No. of paras dropped based on compliance
No. of paras marked for verification during next audit
ANNEXTURE – II
(i) Compliance Report on Paras in Inspection Reports / Local
Audit Reports
Department:
No. of DDO’s
No. of DDO’s Audited
No. of IRs/LARs received
Year wise No. of paras in IRs/LARs
No. of paras for which replies are sent
No. of paras settled
No. of paras outstanding
(ii) Compliance Report on Paras on Audit Reports (Civil) and
Audit Reports (Revenue Receipts)
Department:
Sl. No.
Reference to para No. Page No. in the Audit Report for the year ended
Audit comment in brief
Reply of the Department
Remarks
6
Parliamentary Affairs and Legislation Secretariat
Notification
(First Published in the Karnataka Gazette on the thirteenth day of
December, 2000)
THE KARNATAKA TRANSPARENCY IN PUBLIC PROCUREMENTS
ACT, 1999.
[KARNATAKA ACT No. 29 OF 2000]
(Received the assent of the Governor on the tenth day of December 2000)
An Act to provide for ensuring transparency in public procurement
of goods and services by streamlining the procedure in inviting,
processing and acceptance of tenders by Procurement Entities, and
for matters related thereto.
Whereas it is expedient in public interest to render the process of
procurement of goods and services by Procurement Entities transparent
by streamlining the procedure in inviting, processing and acceptance of
tenders.
Be it enacted by the Karnataka State Legislature in the fiftieth
year of the Republic of India as follows:-
CHAPTER - I
1. Short title and commencement. - (1) This Act may be called the
Karnataka Transparency in Public Procurements Act, 1999.
(2) It shall be deemed to have come into force with effect from
the fourth day of October, 2000.
2. Definitions. - In this Act, unless the context otherwise
requires,-
7
(a) ‘Construction Works’ means putting up, demolishing,
repairs or renovation of buildings, roads, bridges or other structures
including fabrication of steel structures and all other civil works;
* [(aa) “E-procurement” means purchase of goods, obtaining of
services or undertaking of construction works by the procurement entity
through e-Procurement platform;
(aaa) “E-procurement platform” means a procurement platform
of electronic media comprising of procurement process set up and
managed by the state government through integrated internet enabled
procurement tools incorporated by customisation]
(b) ‘Goods’ means Machinery, Motor Vehicles, Equipment,
Furniture, Articles of Stationery, textiles raw materials, drugs, scientific
instruments, chemicals, food grains, Oil and oil seeds or other
commodity required for consumption, use or distribution by a
Procurement Entity in discharge of its public duties;
* clauses (aa) & (aaa) inserted by Act No. 13 of 2007 w.e.f 27-11-2006
(c) ‘Government’ means the State Government;
(d) ‘Procurement Entity’ means any Government Department,
a State Government Undertaking, Local Authority or Board, Body or
Corporation established by or under any law and owned or controlled by
the Government, and any other body or authority owned or controlled by
the Government and as may be specified by it.
(e) ‘Public Procurement’ or ‘procurement’ means purchase of
goods, obtaining of services or undertaking of construction works by the
procurement entities;
(f) ‘Services’ means the action of serving, attending upon,
helping or benefiting a Procurement Entity in the course of discharging
its public duties and includes construction works;
(g) ‘Specified goods or Services’ means the goods or services as
the case may be specified in a tender and identified in the contract
8
resulting from acceptance of a tender on account of a procurement
entity;
(h) ‘Tender’ means the formal offer made for supply of goods or
services in response to an invitation for tender published in a Tender
Bulletin;
(i) ‘Tender Accepting Authority’ means an officer or a
Committee appointed to accept tenders and a ‘ Tender Inviting Authority’
means an officer or a Committee appointed to invite tenders, under
section 9;
(j) ‘Tender Bulletin’ means a bulletin published for the State as
a whole or for any district or districts within the State containing the
details of invitation, processing and acceptance of Tenders;
(k) ‘Tender Bulletin Officer’ means a State Tender Bulletin
Officer or a Tender Bulletin Officer referred to in section 7;
(l) ‘Tender Document’ means the set of papers
detailing the schedule of works, Calendar of events, requirement of goods
and services, technical specifications, procurement criteria and such
other particulars, as may be prescribed for evaluation and comparison of
tenders.
* [Provided that for the purpose of e-procurement, the ‘tender
papers’ means set of documents in electronic form]
3. Provisions not to apply to certain Projects.- The provisions
of this Act in so far as they are inconsistent with the procedure specified
in respect of the Projects funded by International Financial Agencies or
Projects covered under International Agreements, shall not apply to
procurement of goods or services for such project.
* Inserted by Act No. 13 of 2007 w.e.f 27-11-2006
4. Exceptions to applicability. - The provisions of Chapter II
shall not apply to Procurement of goods and services,-
(a) During the period of natural calamity or emergency declared by
the Government;
9
(b) Where the goods or services are available from a single source or
where a particular supplier or contractor has exclusive rights in respect
of the goods or services or construction work and no reasonable
alternatives or substitutes exist:
Provided that for the purpose of this clause there shall be a
committee of three experts consisting of one technical representative of
the procuring entity one technical representative of the Government
organisation dealing with similar procurement and one representative
from a reputed Academic or Research Institution or Non-Commercial
Institution having expertise in such line to examine and declare that the
goods or services are available from a single source.
(c) Where the procuring entity having procured goods, services or
technology from a supplier or contractor determines that additional
supplies must be procured from the same supplier or contractor for
reasons of standardization and compatibility with the existing goods
service or technology;
(d) Where the goods or services are procured from certain
Departments of Government, public sector undertakings, statutory
boards and such other institutions specified by the Government and
such goods are manufactured or services are provided by them, for a
period not exceeding (three years)* from the date of commencement of
this Act;
** “(e) where the procurement is by the Government Departments,
State Government Undertakings, or any Board, Body or Corporation
established by or under any law and owned or controlled by the
Government or Zilla Panchayats constituted under the Karnataka
Panchayat Raj Act, 1993 or City Municipal Corporations established
under the Municipal Corporations Act, 1976 or City Municipal Councils
established under the Karnataka Municipalities Act, 1964 or the
Hyderabad Karnataka Areas Development Board constituted under the
Hyderabad Karnataka Area Development Board Act, 1993 or Malnad
Area Development Board constituted under the Malnad Area
Development Board Act,1991 or the Bayaluseeme Development Board
constituted under the Bayaluseeme Development Board Act,1994,-
(i) in case of construction works of all types the value of which does not exceed rupees five lakhs;
10
(ii) in case of goods or services other than construction works
the value of which does not exceed rupees one lakh;
*Act no. 4 of 2003 shall be deemed always to have been
substituted ** Clauses (e) & (ee) substituted by act no.21 of 2001 w e f
25-8-2001
(ee) where the procurement of goods or services is by the Grama
Panchayats and Taluk Panchayats constituted under the Karnataka
Panchayat Raj Act, 1993, Town Municipal Councils or Town Panchayats
constituted under the Karnataka Municipalities Act, 1964 or Urban
Development Authorities constituted under the
Karnataka Urban Development Authorities Act, 1987,-
for the purpose of implementing mini water supply scheme
or construction of school rooms and the value of such procurement
does not exceed rupees two lakhs; and
for other purposes and the value of such procurement does not
exceed rupees one lakh”.
(f) Where the goods or services are procured under rate
contracts from the Director General of Supplies and Disposals or from
Association of State Road Transport undertakings; and
(g) in respect of specific procurements as may be notified by
the Government from time to time.
(h) in respect of spot purchase of cotton by Spinning Mills,
Purchase of Oil seeds by the Karnataka Agro-Industries Corporation or
the Karnataka Co-operative Oil Seeds Grower’s Federation, purchase of
sugarcane by the Sugar Mills, direct purchase of paddy by the
Agriculture Produce Market Committees and the Karnataka Food and
Civil supplies Corporation, purchase of cloth by the Karnataka Handloom
Development Corporation, purchase of silk by the Karnataka Silk
Industries Corporation, purchase of milk by the Karnataka Milk
Producers Co-operative Federation, purchase of palm oil by the
Karnataka Food and Civil Supplies Corporation and the Karnataka Co-
operative Oil Seeds Grower’s Federation, purchase of cloth by the
Government Departments and public sector undertaking from the
Karnataka Handloom Development Corporation and purchase by such
11
other organizations or purchase of any other material as may be notified
by the Government from time to time.
CHAPTER II
REGULATION OF PROCUREMENT
5. Procurement other than by Tender Prohibited. - On and
from the date of commencement of this Act no Procurement Entity shall
procure goods or services except by inviting Tenders for supply.
6. Procurement Entities to follow Procedure.-No tender shall
be invited, processed or accepted by a Procurement Entity after the
commencement of this Act except in accordance with the procedure laid
down in this Act or the rules made there under.
7. Tender Bulletin Officers. - (1) The Government may by
notification appoint an officer not below the rank of a Deputy Secretary
to Government of the concerned department to be the State Tender
Bulletin Officer for the State in respect of that Department where the
procurement of that department covers more than one district.
(2) Deputy Commissioner of the District shall be the District
Bulletin Officer.
8. Publication of Tender Bulletin.- (1) The State Tender Bulletin
Officer, or as the case may be, the District Tender Bulletin Officer shall
on receipt of intimation relating to notice of invitation of tender from
tender inviting authority or information relating to details of acceptance
of tender under section 13 or rejection of tender under
section 14 from the tender Accepting Authority, publish within the
prescribed time, the State Tender Bulletin or as the case may be District
Tender Bulletin.
(2) The Tender Bulletin shall be made available for sale in the
office of the Tender Bulletin Officer and in such other places as the
Tender Bulletin Officer deems fit to make available.
9. Tender Inviting Authority and Tender Accepting Authority.
- The Procurement Entity may, by order, appoint, -
(i) one or more of officers or a Committee of Officers to be
the Tender Inviting Authority for any specified area,
12
specified procurement or specified class of goods or services, and
(ii) one or more of officers or a Committee of Officers to be the Tender Accepting Authority for any specified area
or Specified Procurement, specified class of goods and services:
Provided that where a multi-member Committee is already
appointed for any Procurement Entity for discharging the function of
accepting tenders, such Committee shall be deemed to be a Tender
Accepting Authority appointed under this Act.
10. Tender Scrutiny Committee .- The Tender Accepting
Authority may constitute a Tender Scrutiny Committee consisting of
such persons as it deems fit to scrutinise tenders above five crores in the
case of the Public Works, Irrigation and Minor Irrigation Departments of
the Government and above rupees one crore in other cases.
11. Opening of Tenders. - (1) The Procurement entity may
authorise either the Tender Inviting Authority or the Tender Accepting
Authority or any other Officer to open the Tenders and draw up a list of
Tenderers responding to the notice inviting tender, in each case.
(2) The Authority, or as the case may be the officer referred
to in sub-section (1) shall open the tender draw up a list of tenderers in
the prescribed manner and unless it is also the Tender Accepting
Authority, forward the tenders along with the list of tenderers, to the
Tender Accepting authority.
12. Duties of Tender Inviting authority. - (1) It shall be the duty
of every Tender Inviting Authority,-
(a) to take out notice inviting tenders at the behest of the
Procurement Entity in the prescribed manner;
(b) to communicate the notice inviting tenders by marking a
copy thereof to the Tender Bulletin Officer concerned immediately after
issue of the notice;
(c) to cause publication of notice inviting tenders in the
prescribed manner; and
(d) to supply the Schedule of Rates and Tender Documents to
every intending tenderer who has applied to get such documents.
13
(2) The Tender Inviting Authority shall take out notices,
communications and publications required to be taken out under this
section in such form, in such manner, by such mode and at such time
and interval as may be prescribed and different manner and mode of
publication may be prescribed for different procurements depending on
the value of the procurement.
(3) The Tender Inviting Authority shall collect all the details
received in response to the notice inviting tender, within the time
stipulated and unless it is itself authorised to open the tender shall
compile and forward all the tenders received to the Authority or Officer
authorised to open the tenders.
13. Acceptance of Tender. - The Tender Accepting Authority
shall, after following such procedure as may be prescribed pass order
accepting the tender and shall communicate the information relating to
acceptance of tender together with a comparative analysis and reasons
for accepting of tender to the procurement entity and the Tender Bulletin
Officer:
Provided that where the Tender Accepting Authority consists of
single officer who is due to retire within the next six months, from the
date fixed for the acceptance for tender, he shall not act to accept the
tender without obtaining prior approval of the Procurement Entity.
Provided further that subject to such general or special order
as may be issued by the Government from time to time, the Tender
Accepting Authority may before passing order accepting a tender
negotiate with lowest tenderer.
14. General rejection of tenders. - (1) The Tender accepting
authority may at any time before passing an order of acceptance under
section 13 reject all the tenders on the ground of changes in the scope of
procurement, failure of anticipated financial resource, accidents,
calamities or any other ground as may be prescribed which would render
the procurement unnecessary or impossible and report the same to the
Procurement Entity.
(2) The Procurement Entity shall thereafter communicate
the fact of the rejection under this section to all the Tenderers and also
cause the same to be published in the Tender Bulletin.
14
15. Power to give directions.- It shall be competent for the
Government to give appropriate directions to the Procurement Entity or
the Authorities under the Act in order to secure and maintain
transparency at any stage of the process of procurement, and it shall be
duty of the Procurement Entity or such authority to comply with the
directions.
16. Appeal. - (1) Any tenderer aggrieved by an order passed
by the Tender Accepting Authority other than the Government under
section 13 may appeal to the prescribed authority within thirty days from
the date of receipt of the order.
Provided that the prescribed authority may, in its discretion
allow further time not exceeding thirty days for preferring any such
appeal, if it is satisfied that the appellant had sufficient cause for not
preferring the appeal in time.
(2) The prescribed authority may after giving opportunity of being
heard to both the parties pass such order thereon as it deems fit and
such order shall be final.
(3) The prescribed authority shall as far as possible dispose of the
appeal within thirty days from the date of filing thereof.
17. Power to obtain information.- Notwithstanding
anything contained in this Act or in any other law for the time being in
force, the Government may with a view to ensuring transparency call for
and obtain, from any Authority under the Act, any information relating to
any matter in the process of procurement.
18. Power to call for records.- The Government may at any
time, with a view to ensuring transparency in the procurement process
call upon any authority under the Act,-
to produce records relating to invitation, processing and
acceptance of tenders;
to furnish the tender document, estimates/statements/accounts
or statistics relating to such tenders; and
to furnish report on any specific point incidental to the
procurement.
15
CHAPETER-II A
E-Procurement
*[18-A. E-Procurement,-(1) there shall be single unified e-
procurement platform for all procurement entity which may be notified
under subsection (2).
(2) With effect from such date as may be specified by the
Government, by notification, a procurement entity in respect of a class of
procurement, if any, as may be notified shall procure its procurements
through the e-procurement platform.
(3) Notwithstanding anything contained in this Act, the
Government may make rules, for specifying a separate procedure to be
followed by procurement entities notified under sub section(2) for e-
procurement through e-procurement platform; and for non-application of
other procedure of procurement to e-procurement.]
*[Inserted by Act No. 13 of 2007 w.e.f 27-11-2006
CHAPTER-III
MISCELLANEOUS
19. Officers deemed to be Public Servants.- Every Officer
acting under or in pursuance of the provisions of this Act or under a
rule, order or notification made there under, shall be deemed to be a
public servant within the meaning of section 21 of the Indian Penal Code,
1860 (Central Act XLV 1860)
20. Immunity for action taken in good faith. - No suit or
other legal proceeding shall lie against the Government or any officer or
authority empowered to exercise powers or perform the functions under
the Act in respect of anything which is in good faith done or intended to
be done under this Act.
21. Bar of Jurisdiction of Courts. - Save as otherwise
provided in this Act no order passed or proceedings taken by any officer
or authority under this Act shall be called in question in any court, and
no injunction shall be granted by any court in respect of any action
taken or to be taken by such officer or authority in exercise of powers
16
conferred on him or it, by or under this Act.
22. Act to override the other laws.- The provisions of this Act
shall have effect notwithstanding anything inconsistent therewith
contained in any other law for the time being in force or any custom or
usage, agreement, decree or order of a court or a Tribunal or other
Authority.
23. Penalty. - Whoever contravenes the provisions of this Act
or the rules made there under shall be punishable with imprisonment for
a term which may extend to three years and with fine which may extend
to five thousand rupees.
24. Power to remove difficulties .- If any difficulty arises in
giving effect to the provisions of this Act, the Government may, by an
order published in the Gazette make such provisions not inconsistent
with the provisions of the Act as appear to them to be necessary or
expedient for removing the difficulty:
Provided that no such order shall be made after the expiry
of a period of two years from the date of commencement of the Act.
25. Power to make rules. - (1) The Government, may by
notification, make such rules as are necessary for carrying out the
purposes of this Act.
(2) Every rule made or notification or order issued under
this Act shall as soon as possible, after it is made or issued, be placed
before each House of the State Legislature while it is in session for a total
period of thirty days, which may be comprised in one session or in two or
more successive sessions and if before the expiry of the session in which
it is laid or the sessions immediately following both Houses agree in
making any modifications in the rule, notification or order or both
Houses agree that the rule, notification or order shall not be made, the
rule or notification or order shall thereafter have effect only in such
modified form or be of no effect, as the case may be, so, however that any
such modification or annulment shall be without prejudice to the validity
of anything previously done under that rule or notification or order.
26. Savings.- All rules, regulations, orders, notifications
departmental codes, manuals, bye-laws, official Memoranda, circulars or
any other order made or issued before the commencement of this Act and
17
in force on the date of such commencement providing for or relating to
any of the above matters for the furtherance of which this Act is enacted
shall continue to be in force and effective as if they are made under the
corresponding provisions of this Act, to the extent they are not
inconsistent with the provisions of the Act and unless and until
superseded by anything done or any action taken or any rule,
notification or order, is made under this Act.
27. Repeal and savings.-
(1) The Karnataka Transparency in Public Procurements Ordinance,
2000 (Karnataka Ordinance No. 8of 2000) is hereby repealed.
(2) Notwithstanding such repeal anything done or any action taken under
the said Ordinance shall be deemed to have been done or taken under
this Act.
V.S.RAMADEVI
GOVERNOR OF KARNATAKA By Order and in the name of the Governor of Karnataka,
M.R. Hegde
Secretary to Government Department of Parliamentary Affairs and Legislation
18
THE KARNATAKA TRANSPARENCY IN PUBLIC PROCUREMENT
RULES 2000
(Published in the Karnataka Gazette, Extraordinary, dated 24-10-2000,
vide, Notification No. PWD 154 FC III 2000, Dated 24-10-2000)
No.PWD/154/FC-III/2000 Dated: 24th October 2000
NOTIFICATION
CHAPTER I
PRELIMINARY
In exercise of the powers conferred by Sub Section (1) of Section
23 of the Karnataka Transparency in Public Procurement Ordinance
2000, the Government of Karnataka hereby makes the following Rules
namely:-
1. Short title and commencement: -
(a) These rules may be called be called the Karnataka Transparency in
Public Procurements Rules, 2000,
(b) They shall come into force on the date of Publication in the Gazette
2. Definitions: In these rules, unless the context otherwise requires
(a) "Earnest money deposit" means the amount required to be
deposited by a tenderer along with his tender indicating his willingness
to implement the contract;
(b) "Pre-qualification" means the process by which the tenderers
are first screened for their capability and resources to implement the
contract before they are permitted to offer their tenders;
(c) "two-cover system" means a procedure under which the
tenderers are required simultaneously submit two separate sealed
covers, one containing the Earnest Money Deposit and the details of their
capability to undertake the tender which will be opened first and the
second cover containing the price quotation which will be opened only if
the tenderer is found to be qualified to execute the tender;
19
(d) "Two-stage Tender System" means a procedure under which
tenders for turn-key contractors are invited in two stages, the first stage
unpriced tender being a technical tender only on the basis of
conceptual design or performance specifications subject to technical as
well as commercial clarifications and adjustments to be followed by
amended tender documents and the submission of final technical
proposals and priced tenders in the second stage".
*(e) “Consultancy services” includes activities such as policy
Advices, Institutional reforms, Management, Engineering Services,
Construction Supervision, Financial Services, Investment and Merchant
Banking Services, Social and Environmental Studies, Identification,
preparation and implementation of projects to complement Government
of Karnataka capabilities.
*(f) “Consultants” means individuals Firms or Organisations
engaged for providing Consultancy Services in accordance with Chapter
VI A.
*(g) “Client” means the Procurement Entity engaging the
Consultants.
*(h) “Party” includes the client or the Consultant, as the case
may be and “parties” means both of them.
CHAPTER II
GENERAL
3. Categories of procurement: - (1) For the purposes of the
application of these rules, procurement is categorized as follows,
namely:-
(i) Construction; (ii) Supply of goods and services; and
(iii) Consultancy services*
20
CHAPTER III
PUBLICITY
4. Publication of tender bulletin: - (1) The District Tender
Bulletin shall be published by the District Bulletin Officer at least once in
every week.
(2) The State Tender Bulletin shall be published by the State
Tender Bulletin Officer at least once in every week.
(3) The Tender Bulletin Officer shall cause to be published all
notices inviting tenders and intimations of acceptance of tenders received
up to forty eight hours prior to the actual publication of the bulletin.
* Published in the Karnataka Gazette, Extraordinary, dated 29-05-
2008 vide notification No. PWD121 SO/FC 2003 dated 26th Sept 2003
(4) In case notice inviting tender or information relating to
acceptance of the tender needs to be published urgently, then the
Secretary to Government of the concerned administrative department in
the case of the State Tender Bulletin or the Deputy Commissioner in the
case of the District Tender Bulletin may for the reasons to be
recorded in writing, direct the respective tender bulletin officers to
publish an extraordinary issue of the tender bulletin.
5. Distribution of tender Bulletins:- (1) The Tender bulletin
Officer shall make the tender bulletin available in the concerned office of
the Government department, local authority statutory board, public
sector undertaking, university or cooperative institution.
(2) The Tender Bulletin Officer shall make available adequate
copies of the tender Bulletin at the office of the Tender Inviting Authority
whose notice inviting tenders and intimation of tender acceptance finds
place in the bulletin.
(3) Any person or institution can be enrolled as a regular
subscriber to the tender bulletin on payment of a fixed fee annually, half-
yearly or quarterly as the case may be.
6. Tender Bulletin to contain information only: - (1) The
tender bulletin shall contain only information of the notice inviting
tenders.
21
(2) Intimation of acceptance of tender shall not in itself create a
legal right.
(3) A notice inviting tender will not be invalidated merely on the
grounds that the notice has not been published in the News papers.
7. Information to be published in the state tender bulletin:
- The notice inviting tenders and decisions on tenders shall be published
in the State Tender Bulletin in cases where.-
(a) The Tender Inviting Authority is a secretary to Government, or a head of a government department, or the Chief Executive of a
public Sector Undertaking, Statutory board, apex Cooperative Institution, University or State Level Society Formed by the Government.
(b) The value of the procurement is rupees one crore and above.
8. Information to be published in the district tender
bulletin:-Subject to the provisions of rule 10, notices inviting tenders
and decisions on tenders shall be published in the district Tender
Bulletin of the district where the headquarters of the Tender Inviting
Authority is located.
Provided that where a value of procurement is rupees one
crore and above, it shall also be published in the State Bulletin.
9. Details to be mentioned in notice inviting tenders: -
The Notice inviting Tenders shall contain the Following details, namely,-
(a) The name and address of the procuring entity and the
designation and address of the Tender Inviting authority;
(b) Name of the scheme, project or programme for which the
procurement is to be effected;
(c) The date up to which and places from where the tender
documents can be obtained;
(d) The amount of earnest money deposit payable;
(e) The last date and time for receipt of tenders;
(f) The date, time and place for opening of tenders received; and
22
(g) any other information which the Tender Inviting authority
considers relevant.
10. Publication of notice inviting tenders in newspapers:-
(1) The Tender Inviting Authority shall have the notice inviting tenders
published in the Indian Trade Journal in all cases where the value of
procurement exceeds rupees ten crores.
(2) The number, editions and language of the newspapers in
which the notices inviting tenders shall be published will be based on the
value of procurement as per departmental rules.
(3) In cases where publication of Tender Notices is to be done
only in newspapers with circulation within the District, the Information
and Publicity Officer of the District shall be the competent authority to
release the advertisement and in all other cases the competent authority
to release the advertisement shall be the director of Information and
Publicity Bangalore.
(4) The notice inviting tender shall be given due publicity in
Newspapers and also by a fixing on notice boards in the District Offices.
The Director of Information and Publicity shall publish the Notice
Inviting Tenders as per instructions of the tendering department.
CHAPTER III
NOTICE INVITING TENDERS AND
TENDER DOCUMENTS
11. Technical specification contained in the tender
document: - (1) The technical specifications contained in the tender
documents shall include a detailed description of what is proposed to be
procured.
(2) Unbiased technical specifications shall be prepared by
observing the following safe guards, namely:-
(a) use of brand names and catalogue numbers shall be avoided and where it becomes unavoidable, along with the brand name the
expression “or equivalent” shall be added; (b) Where ever possible the appropriate Indian Standards with the
number shall be incorporated;
23
(c) In the case of construction tenders, detailed estimates shall be prepared by the competent technical authorities based on the
schedule of rates and standard data as revised from time to time
12. Commercial conditions:- (1) The tender documents shall
require all tenderers to pay an earnest money deposit at the rates as per
the departmental rules by means of a demand draft, bankers cheque,
specified small savings instruments or where the procuring entity deems
fit, irrevocable bank guarantee in a specified form of the department. The
tender documents shall clearly state that any tender submitted without
the earnest money deposit be summarily rejected.
Provided that any category of tenders specifically exempted by
the Government from the payment of earnest money deposit will not be
required to make such a deposit.
(2) The tender documents shall specify the period for which the
tenderer should hold the prices offered in the tender valid.
Provided that the initial period of validity shall not be less
than ninety days.
(3) The tender documents shall require that as a guarantee of
the tenderer's performance of the contract, a security deposit be taken
from the successful tenderer as per departmental rules.
(4) The tender documents and the contract shall include a
clause for payment of liquidated damages and penalty payable by the
tenderer in the event of non-fulfillment of any of the terms or whole of
the contract.
(5) The tender documents shall indicate the quantity proposed
to be procured in the tender, and the Tender Accepting authority shall be
ordinarily permitted to vary the quantity finally ordered only to the extent
of twenty five percent either way of the requirement indicated in the
tender documents.
13. Supply of tender documents:- (1) the Tender Inviting
Authority shall make available the tender documents from the date
indicated in the notice inviting tender.
(2) The Tender Inviting Authority shall ensure that the tender
documents are made available to any person, who is willing to remit the
cost of the documents,
24
Provided that in the cases where the procuring entity has a
system of registration of contractors, the tender documents will be
supplied only to registered contractors in the appropriate class.
(3) The Tender Inviting Authority shall send by registered
post or courier the tender documents to any prospective tenderer who
makes a request for the documents on payment of cost along with postal
charges at the risk and responsibility of the prospective tenderer.
14. Clarification to tender documents:- At any time after
the issue of the tender documents and before the opening of the tender,
the tender Inviting authority may make any changes, modifications or
amendments to the tender documents and shall send intimation of such
change to all those who have purchased the original tender documents.
CHAPTER - V
RECEIPT OF TENDERS AND TENDER OPENING
15. Place and time for receipt of tenders: - (1) The Tender
Inviting authority shall ensure that adequate arrangements are made for
the proper receipt and safe custody of the tenders at the place indicated
for the receipt of tenders.
(2) The Tender Inviting Authority shall permit the submission
of tenders by post or courier.
Provided that the Tender Inviting Authority shall not be
responsible for any delay in transit in such cases.
(3) The Tender Inviting Authority may extend the last date and
time for receiving tenders after giving adequate notice to all intending
tenderers in cases where:-
(a) The publication of the tender notice has been delayed;
(b) The communication of changes, in the tender documents to the
prospective tenderers under rule 14 took time;
(c) Any other reasonable grounds exist, for such extension which shall
be recorded in writing by the Tender Inviting Authority.
25
16. Marking of covers in which the tender is submitted:
- The tenderer shall be responsible for properly super scribing and
sealing the cover in which the tender is submitted and the Tender
Inviting Authority shall not be responsible for accidental opening of the
covers that are not properly super scribed and sealed as required in the
tender documents before the time appointed for tender opening.
17. Minimum time for submission of tenders:- (1)
Tender Inviting Authority shall ensure that adequate time is provided for
the submission of tenders and minimum time is allowed between date of
publication of the Notice Inviting Tenders in the relevant tender Bulletin
and the last date for submission of tenders. This minimum period shall
be as follows:-
(a) For tender up to rupees two crores in value, thirty
days, and
(b) For tenders in excess of rupees two crores in value
¹sixty days
(2) Any reduction in the time stipulated under sub-rule (1)
has to be specifically authorized by an authority superior to the Tender
Inviting Authority for reasons to be recorded in writing.
18. Opening of tenders: - (1) all the tenders received by the
tender Accepting Authority shall be opened at the time specified in the
Notice Inviting Tenders and in cases where an extension of time for the
submission of tenders has been given subsequent to the original Notice
Inviting Tenders in accordance with sub-rule (3) of rule 15 at the time so
specified subsequently.
(2) The tenders will be opened in the presence of the tenderers
or one of the representatives of the tenderer who chooses to be present.
19. Procedure to be followed at tender opening: - the
following procedure shall be followed at the tender opening:-
(a) All the envelopes received containing tenders shall be counted;
(b) All the tenders received in time shall be opened;
(c) A record of the corrections noticed at the time of the bid opening shall
be maintained
(d) The name of the tenderers and the quoted prices should be read out.
26
(e) The fact whether earnest money deposit has been made and other
documents required have been produced may be indicated, but this
shall be merely an examination of the documents and not an
evaluation;
(f) Minutes of the tender opening shall be recorded. The signatures of
the tenderers present shall be obtained unless any of the tenderers
or his representative refuses to sign the minutes.
20. Tender scrutiny committee:- (1) Tender
Accepting Authority may constitute a Tender Scrutiny Committee
consisting of such officers as it deems fit to scrutinize the tender
documents, supervise opening of tenders carry out the preliminary
examination and detailed evaluation of the tenders received and to
prepare an evaluation report for the consideration of the Tender
Accepting Authority.
(2) The Tender accepting authority shall constitute the
Tender Scrutiny Committee, where the value of tender exceeds rupees
five crores in respect of public works, irrigation department and minor
irrigation department and one crore in respect of all the other
departments.
CHAPTER - VI TENDER EVALUATION
21. Tender evaluation to be in accordance with
evaluation Criteria: - The Tender Accepting Authority shall cause the
evaluation of tenders to be carried out strictly in accordance with
evaluation criteria indicated in tender documents.
22. Time taken for evaluation and extension of tender
validity: - (1) The evaluation of tenders and award of contract shall be
completed, as for as possible, within the period for which the tenders are
held valid.
(2) The Tender Accepting Authority shall seek extension
of the validity of tenders from the tenderers for the completion of
evaluation, if it is not completed within the validity period of tender.
(3) In case the evaluation of tenders and award of
contract is not completed within extended period, all the tenders shall be
deemed to have become invalid and fresh tenders may be called for.
27
23. Process of tender evaluation to be confidential
until the award of the contract is notified: (1) The Tender Inviting
Authority shall ensure the confidentiality of the process of tender
evaluation until orders on the tenders are passed.
(2) Tenders shall not make attempts to establish unsolicited
and unauthorised contact with the Tender Accepting authority, Tender
Inviting Authority or Tender Scrutiny Committee after the opening of the
Tender and prior to the notification of the Award and if any attempt by
the tenderer to bring to bear extraneous pressures on the Tender
Accepting authority shall be sufficient reason to disqualify the tenderer.
(3) Notwithstanding anything contained in sub-rule (2), the
Tender Inviting authority or the Tender Accepting authority or the Tender
Scrutiny Committee may seek bona fide clarifications from tenderers
relating to the tenders submitted by them during the evaluation of
tenders.
24. Initial examination to determine substantial
responsiveness: - (1) The Tender Inviting Authority shall cause an initial
examination of the tenders submitted to be carried out in order to
determine their substantial responsiveness.
(2) During the initial examination the following factors
shall be considered, namely:-
(a) Whether the tenderer meets the eligibility criteria laid down
in the tender documents;
(b) Whether the crucial documents have been duly signed;
(c) Whether the requisite earnest money deposit has been
furnished;
(d) Whether the tender is substantially responsive to the
technical specifications set out in the bidding documents
including the testing of samples where required.
(3) Tenders which on initial examination are found not
to be substantially responsive under any of the clauses under
sub-rule (2) may be rejected by the Tender Accepting
Authority.
25. Determination of the lowest evaluated price:- (1)
Out of the tenders found to be substantially responsive after the initial
28
examination the tenderer who has bid the lowest evaluated price in
accordance with the evaluation criteria or tenderer scoring the highest on
the evaluation criteria specified as the case may be, shall be determined.
(2) In determining the lowest evaluated price, the following
factors shall be considered, namely:-
(a) the quoted price shall be corrected for arithmetical errors;
(b) In case of discrepancy between the prices quoted in words
and in figures, lower of the two shall be considered;
(c) Adjustments to the price quoted shall be made for
deviations in the commercial conditions such as the delivery
schedules and minor variations in the payment
terms which are quantifiable but deemed to be non-material in
the context of the particular tender;
(d) The evaluation shall include all central duties such as
customs duty and central excise duty inclusive of local levies
as a part of the price.
(e) In the case of purchase of equipment, the operation and
maintenance and spare part costs for appropriate periods as
may be specified in bid documents may be quantified, where
practicable and considered.
* Provided that for a period of five years from the
first day of April 2001, small scale industries in the state shall be given
Fifteen percent price preference in accordance with the New Industrial
Policy 2001-2006 issued by the Government in Order No. CI 167 SPI
2001, dated 30th June 2001 while determining the lowest evaluated
price.
Explanation : For the purpose of this proviso small
scale industry means an industrial undertaking in which investment in
fixed assets in plant and machinery whether held on ownership terms or
on lease or by hire purchase does not exceed rupees one hundred lakhs.
26. Preparation of evaluation report and award of
tenders:- (1) Tender Scrutiny Committee or the officer inviting the tender
shall prepare detailed evaluation report which shall be considered by the
Tender Accepting Authority before taking a final decision on the tender.
29
(2) As soon as the tenderer qualified to perform the contract
is identified, in accordance with (section13)** the Tender Accepting
Authority shall pass orders accepting the tender and communicate the
order of acceptance to the successful tenderer. The Tender Accepting
Authority shall also send to the Tender Bulletin Officer a statement of
evaluation of the tenders with a comparative statement of tenders
received and decision thereon for publication in the Tender Bulletin.
(*Proviso and explanation inserted by notification No.PWD 389 FC-
3/2001 dated30-8-2001w e f 1-09-2001 **Pwd 154 FC-3/2001(part-1)
2-04-2001)
(3) Within such reasonable time as may be indicated
in the tender documents, the tenderer whose tender has been accepted
will be required to execute the contract agreement in the specified format
(4) In case the successful tenderer fails to execute
necessary agreement under sub rule (3) within the period specified, then
Earnest Money Deposit shall be forfeited and his tender held as non-
responsive.
27. Pre-qualification Procedure: - (1) The tender inviting
authority shall for reasons to be recorded in writing provide for pre-
qualification of tenderers on the basis of:
(a) Experience and past performance in the execution of
similar contracts;
(b) Capabilities of the tenderer with respect to personnel,
equipment and construction or manufacturing facilities;
(c) Financial status and capacity.
(2) Only the tenders of pre-qualified tenderers shall be
considered for evaluation.
* “Provided that notwithstanding anything contrary
contained in these rules the tender inviting Authority may adopt the list
of prequalified tenderers empanelled by the Directorate of Information
Technology, Government of Karnataka in respect of computers,
peripherals and related services and call for price bids from all such
prequalified tenderers and the price bids received from the prequalified
tenderers shall be considered for evaluation by the tender accepting
authority, so far as may be in accordance with these rules."
30
28. Two Cover Tenders:- (1) In the case of construction or
supply and installation of equipment, tenders exceeding Rs. 50 lakhs in
value where the prequalification procedure or Turn Key Tender System
are not being followed the tender inviting authority shall follow the two -
cover tender system.
(2) The first cover shall contain the following information
about the tenderer namely:
(a) Experience and past performance in the execution of similar
contracts.
(b) Capabilities with respect to personnel, equipment and
construction or manufacturing facilities
(c) Financial status and capacity
(d) Any other information considered relevant.
* Proviso inserted by notification No. PWD 22 FC 3/2001, dated 1-3-
2001, w e f 19-4-2001
(3) The second cover shall contain the prices
quoted by the tenderer.
(4) The tender inviting authority shall cause the first cover
to be opened first and evaluate the tenderer's capacity on the basis of
criteria specialised in the tender document and on this basis, prepare a
list of qualified tenderers.
(5) Thereafter, the Second cover containing the price
quotations of only those tenderers found qualified under sub-rule (4)
shall be opened by the tender inviting authority.
(6) The tender inviting authority shall follow the procedure
outline in rule 25 and 26.
"28A. Two stage tender system. - (1) In the case of 'turn-key' contracts involving supply, installation, testing and commissioning of specially engineered plant and equipment
such as turbines, generators, boilers, switchyard, pumping stations, telecommunications, process and treatment plants
and the like for power, after, sewerage, telecommunication and similar projects or procurement of equipment subject to rapid technological advances such as computer and
31
communication systems, where it is undesirable or impractical to prepare a complete technical specifications in
advance, two-stage tender system may be adopted.
2) First stage tender will consist of a technical tender
only, without reference to the rates and prices for completing the
facilities and a list of deviations to the technical and commercial
conditions set forth in the tender documents or any alternate technical
solution as a tenderer wishes to offer and a justification therefore, always
provided that such deviation or alternate solution do not change the
basic objective of the contract and that they meet the conceptual design
or performance or functional specifications contained in the tender
documents.
3) The Tender Inviting Authority shall cause the first
stage tender to be opened and evaluate whether the tenderer meets the
required minimum acceptable qualification criteria, whether the tenderer
has submitted a technically responsive first stage tender and prepare a
list of qualified and responsive tenderers.
4) The Tender Inviting Authority shall convene a
clarification meeting of all first stage qualified tenderers and review the
tender's tender and prepare a memorandum of all required amendments,
additions, deletions and other adjustments.
5) The Tender Inviting Authority shall revise the tender
documents and specifications to permit new technologies and introduce
the right evaluation critcria.
6) Only those tenderers who have submitted a
technically responsive and acceptable first stage tender shall be invited
to submit Second Stage Tender.
7) The second stage tender shall consist of,-
(a) an updated technical tender incorporating all the changes
required by the tender Inviting Authority as recorded in the
memorandum prepared in sub-rule (4) or as necessary to
reflect any amendments to the tender documents issued
subsequent to submission of the first stage tender; and
(b) the commercial tender.
8) All second stage tenders must be accompanied by
specified tender security.
32
9) All second stage tenders (both technical and price) will
be opened in the presence of tenderers or their authorised
representatives.
10) The two stage tender shall be evaluated and awarded
following the procedure specified in rules 25 and 26.
CHAPTER – VIIA
CONSULTANCY SERVICES
* Published in the Karnataka Gazette, Extraordinary, dated 29-05-
2008 vide notification No. PWD121 SO/FC 2003 dated 26th Sept 2003
28B. Selection methods. - The following methods of
selection of Consultants shall be adopted as found appropriate for the
assignment.
(a) Quality and Cost Based Selection (QCBS);
(b) Least Cost Selection (LCS);
(c) Single Source Selection (SSS);
28C. Quality and Cost Based Selection (QCBS). - The quality and
cost based selection is based both on the quality of the proposals and the
cost of the services to be provided. In this method, the technical and
financial proposals shall be received in separate sealed envelope. The
technical proposals shall be opened first (unopened financial proposals
are kept under security) and the evaluation report of the technical
proposals shall be prepared and the approval of Tender Accepting
Authority shall be obtained. The financial envelopes of those consultants
who submitted responsive technical proposals meeting the minimum
qualifying scores shall be opened in the presence of the consultants or
their representatives. The proposals shall then be evaluated. Once the
financial proposals are evaluated, a combined evaluation of the technical
and financial proposals shall be carried out by weighing and adding the
quality and the cost scores, and the Consultant obtaining the highest
combined score shall be invited for negotiations. Since price is a factor of
selection, staff rates and other unit rates shall not be negotiated.
28D. Least Cost Selection (LCS). - The Least Cost Selection
method is more appropriate to selection of consultants for assignments
33
of a standard or routine nature (audits, engineering design of non-
complex works and so-forth) where well established practices and
standards exist. Under this method a minimum qualifying score for
quality is established and indicated while inviting proposals. Short-listed
consultants shall submit their proposals in two envelopes. The technical
proposals shall be opened first and evaluated. Proposals scoring less
than the minimum technical qualifying score shall be rejected, and the
financial envelopes of the rest shall be opened in public. The Consultant
with the lowest evaluated price shall be selected.
28E. Single Source Selection (SSS). - Under Single Source
Selection, the Client selects a specific consultant and requests him to
prepare technical and financial proposals, which are then negotiated.
Since there is no competition, this method is acceptable only in
exceptional cases and made on the basis of strong and convincing
justifications where it offers clear advantages over the competition,
because,-
(i) the assignment represents a natural or direct continuation
of a previous one awarded competitively (the estimated cost of the continuation assignment is not more than 50% of the
previous competitively awarded assignment), and the performance of the incumbent consultant has been satisfactory; or
(ii) a quick selection of the consultant is essential, e.g., in emergency operations such as natural disasters and
financial crisis; or (iii) the contract is very small in value (i.e., less than rupees
5,00,000 for consulting firms or organisations and less than
Rs. 1,00,000 for Individual Consultants); or (iv) only one Consultant has the qualifications or has
experience of exceptional worth to carry out the assignment.
28F. Steps in the Selection Process. - Depending on the
selection method adopted, the selection process carried out by the Client
generally shall include the following steps:
(i) Preparation of the Terms of Reference (TOR) for the
assignment; (ii) Preparation of the cost estimate to determine the budget
of the assignment;
34
(iii) Advertising to invite the expressions of interest from Consultants (mandatory in respect of assignments estimated
to cost more than rupees 20 lakhs); (iv) Short-listing to identify consultants qualified for the
assignment; (v) Preparation and issuance of the Request for Proposals
(RFP);
(vi) Preparation and submission of proposals by the consultants;
(vii) Evaluation of the technical proposals i.e., quality evaluation;
(viii) Evaluation of financial proposals; (ix) Final combined quality and cost evaluation to select the
winning proposal (QCBS); and
(x) Negotiations, if any, and signing of contract between the Client and Consultant.
28G. Contracts.- Two main considerations determine the type of
contract to be used for the various consultant assignments; the nature
and degree of the definition of the assignment, the distribution of risks
between the Client and Consultant and the level of contract supervision
the client will be able to provide. The following are the various types of
contracts that can be adopted for appropriate assignments, namely:-
(I) Lump Sum (Firm Fixed Price) contracts.- These are used
mainly for assignments in which the content and length of services and
the required output of the Consultant are clearly defined and for these
reasons the Consultant can generally control the scope of work and
duration of services. In these contracts payments are linked to clearly
specified outputs.
(II) Time-Based contracts. - Under this type of contract, the
Consultant provides services on a time basis according to quality
specifications, and Consultant's remuneration is based on, agreed unit
rates for Consultant Staff multiplied by the actual time spent by this
staff in executing the assignment and reimbursable expenses using
actual expenses and agreed unit prices.
(III) Percentage Contracts. - It is one where consultants are paid
an agreed percentage of the actual project cost.
35
(IV) Indefinite Delivery Contracts (Price Agreement or Standing
Offers). - These refer to contracts in which a Consultant is hired for a
specified period to undertake tasks as and when the need arises.
28H. Standard Requests for Proposals (RFP) and Contract
Formats. - Standard RFP (Requests for Proposals) and Contract Formats
as may be issued by the Government of Karnataka from time to time
shall be used. The Instructions to Consultants (ITC), Formats for
submission of Proposals (unless specified otherwise) as well as the
General Conditions of Contract (GCC) shall not be changed. However the
Data Sheet and Special Conditions of Contract enable the Procurement
Entities to amend or supplement Instructions to consultants (ITC) and
General Conditions of Contract (GCC) to reflect local conditions and
characteristics of assignment.
28I. Supervision of the Consultancy Contracts. - The Client is
responsible for supervising the assignment. He shall make arrangements
to monitor the progress of work, the timely completion of deliverables,
the staff months and money expended (for time-based contracts) and
determine where, within the contract, changes in the scope of work
might be appropriate. The Contract usually requires that the Consultant
shall submit regular progress reports and other periodical reports. The
Client shall ensure providing comments on these reports in a timely
manner. For large assignments, a Committee shall be constituted to
review Consultant’s work.
28J. Individual Consultants versus Consulting Firms. - (1)
Individual Consultants may be employed to assist the Client in various
areas of the project preparation and implementation. Individuals may be
engaged on assignments for which,-
(a) the experience and qualifications of the individual must be dominant;
(b) no support from an organization is needed for the Individual; and
(c) team work or multidisciplinary approach is not necessary.
When integrated technical work and joint responsibility for the
Consultants' output are important, it is necessary to hire a Consulting
Firm. The TOR of the assignment provides the basis for decision. As a
general rule, when dealing with project preparation services of a complex
36
nature, it is advisable to hire a firm, whereas individuals can be
considered for advisory services assignments or technical opinions on
specific matters in which specialist individual knowledge is the key issue.
As a practical rule, if three or more individuals are needed for an
assignment, it is often better to hire a Consulting firm, so that the firm
will be responsible for identifying the best individuals, ensuring
cohesiveness and technical solvency, as well as backup and transparent
administration.
28K. Hiring of Government Officials, officials of Government
Undertaking, Corporations etc.,. - Government officials and officials
employed in Government Undertakings or Corporations shall not be
engaged under consulting services, since there could be a conflict of
interest. This applies regardless of their being on leave or on deputation.
University Professors or Scientists from Autonomous Research Institutes
may be contracted individually, provided they are permitted by their
service conditions to undertake assignments for a specified period in a
year. Individual Consultants shall not be hired by Agencies, where the
relatives of the Individual Consultant, are employed in position of
influence.
CHAPTER - VII
APPEALS
29. Appeal: - An appeal under *(section 16) shall lie:
(a) To the Head of the Department concerned if the order is passed
by the Tender accepting authority subordinate to the Head of the
Department:
(b) To the Government if the order is passed by a tender accepting
authority which is Head of the Department, or a local authority or
a State Government Undertaking or a Board, Body Corporation or
any other authority owned or controlled by the Government.
By Order and in the name
Governor of Karnataka
K.R. BADIGER Under Secretary to Government
37
PROCEEDINGS OF THE GOVERNMENT OF KARNATAKA
Subject: Procurement of Works- Use of Standard Tender Documents
Preamble:
Rules regarding Procurement of Works are contained in the
Karnataka Transparency in Public Procurements Rules, 2000. Chapter
IV deals with tender documents. Para 167(1) of the Karnataka Public
Works Department (KPWD) Code Volume I specifies that contract for
works estimated to cost more than Rs.25, 000 should be prepared only
on regular Contract Form No. PWG-65. This document with little or no
modification is widely used by all Government Departments and some
PSUs, Municipal Corporations and local bodies. The document is the
same for all values of contract. However some PSUs have made
considerable changes in PWG-65 and are using the same for their works
contracts of large value. Some of the provisions of the Contract Form
PWG-65 are at variance/ do not conform with the provisions of the
Karnataka Transparency in Public Procurements Act 1999 and Rules,
2000. In addition, Circulars/Orders on various aspects of Procurement
have been issued in the recent past, which need to get reflected in the
tender documents. At present there is no prescribed pre-qualification
document. The Departments and PSUs executing large works have
devised their own pre-qualification documents with wide variations. In
order to ensure consistency across all Procurement entities in the State,
mandating of standard tender documents for Works has been under the
consideration of Government for quite some time now.
The Working Group constituted vide Government order No. PWD
1359 SO/FC 2001 dated 14/8/2002 reviewed the draft tender
documents for Procurement of Works. The Sub-Committee under the
Chairmanship of Secretary to Government, PWD, constituted by
Government order No. PWD 122 SO/FC 2003 Bangalore dated 8/5/2003
to examine and make recommendations regarding various aspects of
Procurement reforms in the state reviewed and finalized the draft tender
documents for works and made its recommendations. The Standing
Committee for Procurement reforms constituted vide Government order
No. PWD 1359 SO/FC 2001 dated. 5/8/2002 examined the
recommendations of the Working Group and Sub-Committee and decided
to place the draft tender documents on the website of Finance
Department and solicit comments and suggestions. Accordingly the draft
38
tender documents were hosted on the web site of the Finance
Department and a circular was issued vide No.PWD 141 SO/FC dated
29th
August 2003 requesting for comments and suggestions.
The standing committee considered the comments and suggestions
received in its meeting held on 13-4-2005; and has recommended to
government mandating the forms from 1-8-2005.
The Government have examined the recommendations. It is felt
that the works documents are tried out for a period of six months so that
any problems encountered in use of these documents can be suitably
addressed and taken care of before mandatory use in the entire state.
Hence, the following order.
Government Order No. FD 9 PCL 2004 (I),
Bangalore, Dated: 06.8.2005.
1. One Division each in PWD Buildings wing and General wing; one Division each in Water Resources Department and Minor Irrigation
Department; and one division each in the Corporations under the administrative control of the Water Resources Department, as may be identified by the concerned Principal Secretary to Government, shall
make use of standard tender documents given in Annexure I to VI to this government order in procurement of works from 1st September, 2005, for
a period of six months initially. This order supersedes the provisions contained in the codes, manuals or any other orders in this regard.
Form Number
Description of the document Value of Contract
K/W-1 Procurement of Works by inviting open tenders (Item Rate)- restricted to Registered
Contractors(Annexure I)
Less than Rs.20 lakhs
K/W-2 Procurement of Works by inviting
open tenders (Item Rate) – post-qualification criteria incorporated
(Annexure II)
More than Rs.20
lakhs but less than Rs.50 lakhs
(threshold for two cover tender system)
K/W-3 Procurement of Works by inviting open tenders (Item Rate) – Two
cover tender system- No Price
More than Rs.50 lakhs but less than
Rs.100 lakhs
39
Adjustment (Annexure III)
K/W-4 Procurement of Works by inviting open tenders (Item Rate) – Two cover tender system – With Price
Adjustment (Annexure IV)
More than Rs. 100 lakhs but less than Rs10 crores
(threshold for pre-qualification)
K/W-5 Pre-qualification by open invitation of Applications- Joint
Venture not permitted (Annexure V)
More than Rs.10 crores (threshold for
pre-qualification)
K/W-6 Pre-qualification by open
invitation of Applications – Joint Venture permitted (Annexure VI)
More than Rs.10
crores (threshold for pre-qualification)
2. Instructions to the Tenderers, Formats for submission of tender
(unless specified otherwise) and the General Conditions of Contract,
indicated in the standard tender documents shall not be changed.
However, amendments, supplementary instructions if any to the above,
to take care of local need/specific requirement, may be provided in the
Data sheet, Special Conditions of Contract, provided for in the
documents.
3. Amendments to the relevant codes and rules will be
incorporated in due course.
4. Additional tender document for Procurement of Works of value
of more than Rs.10 crores, documents for other types of contracts such
as Lump Sum, Percentage, Private Sector participation BOT, BOO, BOOT
etc and other documents as found necessary would be issued in due
course.
5. This order will apply for invitation of tenders for procurement of
works to be invited on or after September 1, 2005 and shall not be
applicable for tenders already invited and that are under process.
By order and in the name of
GOVERNOR of Karnataka
40
PROCEEDINGS OF THE GOVERNMENT OF KARNATAKA
Subject : Procurement of Goods and Equipment- Use of
Standard Tender Documents.
Preamble:
Rules regarding Procurement of Goods and equipments are
contained in Karnataka Transparency in Public Procurements Rules,
2000. Chapter IV deals with tender documents. In the absence of
standard tender documents for Procurement of Goods and Equipments,
various Procurement entities of the State have been preparing and using
tender documents, with large variations. Mandating of standard tender
documents for Goods and Equipments has been under consideration of
the Government for quite some time now.
The Working Group constituted vide Government order No. PWD
1359 SO/FC 2001 dated 14/8/2002 reviewed the draft tender
documents for procurement of some types of goods and equipments. The
standing committee for Procurement reforms constituted vides
Government order No. PWD 1359 SO/FC 2001 dated. 5/8/2002
examined the recommendations of the Working Group and decided to
place the draft tender documents on the website of Finance Department
and solicit comments and suggestions. Accordingly the draft Tender
Documents were hosted on the web site of the Finance Department and a
circular was issued vide No. PWD 141 SO/FC dated 29th
August 2003
requesting for comments and suggestions.
The standing committee considered the comments and suggestions
received in its meeting held on 13-4-2005; and has recommended to
government mandating the forms from 1-8-2005.
The Government have examined the recommendations, and are
pleased to issue the following order.
Government Order No. FD 9 PCL 2004(II),
Bangalore, Dated: 06.8.2005.
41
1. Every ‘Procurement Entity’ under the government (as
defined in Section 2(d) of the Karnataka Transparency in Public
Procurements Act, 1999) shall make use of standard tender documents
given in Annexure I to VI to this government order in procurement of
goods and equipment from 1st September, 2005. This order supersedes
the provisions contained in the codes, manuals or any other orders in
this regard
Form
Number Description of the document Value of
Contract
K/G-1 Procurement of Goods and Equipment
by inviting open tenders (Annexure I)
Less than Rs.10
lakhs
K/G-2 Procurement of Goods and Equipment
by inviting open tenders
(Annexure II)
More than Rs.10
lakhs but less
than Rs.50
lakhs
K/G-3 Procurement of Computer Systems and
allied Equipment by inviting open
tenders (Annexure III)
Less than Rs.50
lakhs
K/Q-1 Procurement of Goods and Equipment
by inviting quotations from selected
vendors- Evaluation to be done for all
items put together
(Annexure IV)
Less than Rs. 1
lakh
K/Q-2 Procurement of Goods and equipment
by inviting quotations from selected
vendors – Evaluation to be done for
each item separately (Annexure V)
Less than Rs.1
lakhs per
contract
K/S.O Format of Supply Order when
quotations are invited on Formats
K/Q-1 and K/Q-2 (Annexure VI)
2 Instructions to the Tenderers, Formats for submission of tender (unless specified otherwise) and the General Conditions of
42
Contract, indicated in the standard tender documents shall not be changed. However, amendments, supplementary instructions, if any,
to the above, to take care of local needs/specific requirements, may be provided in the Data sheet, Special Conditions of Contract, provided
for in the documents. 3. Amendments to the relevant codes and rules will be
incorporated in due course. 4. Additional tender documents for Procurement of Goods
and Equipments/Computer systems of value of more than Rs.50
lakhs with two cover tender system, Supply and Erection of
Equipment, Procurement of Health Sector Goods (Drugs and
Pharmaceuticals) and other documents as found necessary would be
issued in due course.
5. This order shall apply for invitation of tenders for
procurement of goods and equipment to be invited on or after
September 1, 2005 and shall not be applicable for tenders already
invited and that are under process.
By order and in the name of
GOVERNOR of Karnataka
SD/-
Additional secretary to the Government
Finance Department
43
PROCEEDINGS OF THE GOVERNMENT OF KARNATAKA
Subject: Hiring of Consultancy Services - Use of Standard
Request for Proposals (RFPs) and Contract Formats.
Preamble:
Rules regarding Consultancy Services are contained in Chapter
VII A of the Karnataka Transparency in Public Procurement Rules, 2000
issued vide Government Notification No. PWD 121 SO/FC 2003 dated
26th
September 2003. The Chapter details the approved methods of
selection; steps in the selection process and types of contracts. Rule 28H
states that standard requests for proposals (RFPs) and Contract Formats
as may be issued by the Government of Karnataka from time to time
shall be used.
The Working Group constituted vide Government order No. PWD
1359 SO/FC 2001 dated 14/8/2002 reviewed the draft RFPs and
contract formats for the various methods of selection and the contract
formats for various types of contracts. The Standing Committee for
Procurement Reforms constituted vide Government order No. PWD 1359
SO/FC 2001 dated. 5/8/2002 examined the recommendations of the
Working Group and decided to place the draft RFP documents on the
website of Finance Department and solicit comments and suggestions.
Accordingly the draft RFP documents were hosted on the web site of the
Finance Department and a circular was issued vide No. PWD 141 SO/FC
dated 29th
August 2003 requesting for comments and suggestions.
The standing committee considered the comments and
suggestions received in its meeting held on 13-4-2005; and has
recommended to Government mandating the forms from 1-8-2005.
The Government have examined the recommendations and are
pleased to issue the following order.
44
Government Order No. FD 9 PCL 2004(III),
Bangalore, Dated : 06.8.2005
1. Every ‘Procurement Entity’ under the government (as defined in Section 2(d) of the Karnataka Transparency in Public Procurements Act, 1999) shall make use of standard RFP documents given in Annexure I to
XII to this government order in procurement of consultancy services from 1st September, 2005. This order supersedes the provisions contained in
the codes, manuals or any other orders in this regard.
Form
Number Consultant Entity
Method of
Selection
Type of
Contract
Value of
Contract
K/C-1
(Annexure I)
Firm/Organization/NGO Quality cum
cost Based Selection
(QCBS)
Time
Based
Less
than Rs.10
lakhs
K/C-2 (Annexure
II)
Firm/Organization/NGO Quality cum Cost Based
Selection (QCBS)
Time Based
More than
Rs.10 lakhs
K/C-3 (Annexure
III)
Firm/organization/NGO Quality cum Cost Based
Selection (QCBS)
Lump Sum
Less than
Rs.10 lakhs
K/C-4
(Annexure IV)
Firm/Organization/NGO Quality cum
Cost Based Selection
(QCBS)
Lump
Sum
More
than Rs.10
lakhs
K/C-5
(Annexure V)
Firm/Organization/NGO Least Cost
Selection (LCS)
Time
Based
Less
than Rs.10 lakhs
K/C-6 (Annexure
VI)
Firm/Organization/NGO Least Cost Selection
(LCS)
Time Based
More than
Rs.10 lakhs
K/C-7 (Annexure VII)
Firm/Organization/NGO Least Cost Selection (LCS)
Lump Sum
Less than Rs.10
lakhs
K/C-8
(Annexure
VIII)
Firm/Organization/NGO Least Cost
Selection (LCS)
Lump
Sum
More
than Rs.10
45
lakhs
K/C-9
(Annexure
IX)
Firm/Organization/NGO Single
Source Selection
(SSS)
Time
Based
Less
than Rs.5
lakhs
K/C-10
(Annexure
X)
Firm/Organization/NGO Single
Source
Selection (SSS)
Lump
Sum
Less
than
Rs.5 lakhs
K/C-11
(Annexure
XI)
Individual Single Source
Selection (SSS)
Time Based
Less than Rs.
1 lakh
K/C-12
(Annexure
XII)
Individual Single
Source Selection
(SSS)
Lump
Sum
Less
than Rs.1 lakh
2. Instructions to the Consultants, Formats for submission of
proposals (unless specified otherwise) and the General Conditions of
Contract, indicated in the standard RFP documents shall not be
changed. However, amendments, supplementary instructions, if any,
to the above, to take care of local needs/specific requirements, may be
provided in the Data sheet, Special Conditions of Contract, provided
for in the documents.
3. Amendments to the relevant codes and rules will be
incorporated in due course.
4. Additional documents as may be found necessary for other types
of contracts would be issued in due course.
5. This order shall apply for invitation of new proposals to be
invited on or after September 1, 2005 and shall not be applicable for
proposals already invited and are under process.
By order and in the name of
GOVERNOR of Karnataka
SD/-
Additional secretary to the Government
Finance Department
46
GOVERNMENT OF KARNATAKA
NO. PWD 1359 SO/FC 2001(P-2) Karnataka Government Secretariat, Vidhana, Soudha,
Bangalore, dated 25th
October 2002
CIRCULAR
Subject: Awarding of contracts to the lowest evaluated technically
and commercially responsive tenderer meeting the prescribed
Qualification criteria including tender capacity and past
Performance.
It has come to the notice of the Government that some
Procurement Entitles are adopting the practice of splitting the contract
(particularly in Goods contracts) among all or some tenderers by offering
the price of the lowest tenderer to others and dividing the quantity of
Supply evenly or in other proportion. Such practices undermine the
rationale of competitive bidding promote collusion and go against the
provision of the KTPP Act and Rules.
The provisions of the KTPP Act and Rules provide for only the
acceptance of the lowest tender. The lowest evaluated responsive
tenderer deserves the full award, if he has satisfied the stipulated
qualifying criteria.
The following Provisions in the KTPP Act and Rules are
brought to the notice of all Procurement Entities:
(1) Section 13 of the Karnataka Transparency in Public
Procurement (KTPP) Act 1999 lays down that "The Tender
Accepting Authority shall, after following such procedure as may
be prescribed pass order accepting the tender and shall
communicate the information relating to acceptance of tender
together with a comparative analysis and reasons for accepting of
tender to the procurement entity and Tender Bulletin Officer".
(2) Rule 21, Chapter, VI of the KTPP Rules 2000 stipulates that
"The Tender Accepting Authority shall cause the evaluation of
tenders to be carried out strictly in accordance with evaluation
criteria indicated in the tender documents"
(3) Rule 24, details the procedure for the initial examination of
tenders to determine substantial responsiveness.
47
(4) Rules 25, explains the procedure of determination of the lowest
evaluated price.
(5) Rule 26(1) stipulates that "The tender Scrutiny Committee or
the officer inviting the tender shall prepare detailed evaluation
report which shall be considered by the Tender Accepting
Authority before taking a final decision on the tender."
(6) Rule 26(2) states that "As soon as the tenderer qualified to
perform the contract is identified in accordance with Section 13
of KTPP Act, the Tender Accepting Authority shall pass order
accepting the tender and communicate the order of acceptance to
the successful tenderer...."
From the above provisions in the KTPP Act and Rules, it is
clear that the Contract should be awarded only to the lowest evaluated
technically and commercially responsive tenderer, who meets the
prescribed qualification criteria including bid capacity and past
performance.
In view of the foregoing, the Government reiterates that
when tenders are invited for a specified quantity of Goods, the contract
should be awarded only to the lowest technically and commercially
responsive tenderer who meets the prescribed qualification criteria
including bid capacity and past performance.
The above instructions shall apply to all Government
Departments, Boards Corporations, Societies, Government Autonomous
organizations, Universities, Panchayat Raj institutions, Municipal
Corporations, Local bodies etc for which KTPP Act and Rules are
applicable.
All Procurement Entities shall ensure that the above
instructions are followed strictly in respect of all contracts irrespective of
the funding agency. It may be noted that any violation of the KTPP Act,
1999 and Rules, 2000 attracts the penal provision under Section 23 of
the Act.
The above instructions do not apply to tenders for fixing
Rate Contracts, for which instructions would be issued separately.
(Chiranjeev Singh) Principal Secretary to Government, Finance Department.
48
GOVERNMENT OF KARNATAKA
NO. PWD 1359 SO/FC 2001(P-2) Karnataka Government Secretariat, Vidhana Soudha,
Bangalore, dated 25th
October 2002
CIRCULAR
Subject: Procurement Planning, Packaging and Scheduling and
making Available funds to match with the requirement as
per approved Procurement Plan.
It is noticed that adequate attention is not given to Procurement
Planning, which is an integral phase of Procurement process. Planning of
packages is an important activity, which needs to be finalized before
taking up a project for implementation. In most of the cases, planning of
packages is not driven by the needs of the project (to ensure quality and
timely completion to achieve the project objectives), but rather by the
sanctioning powers, readiness of the designs, drawings and estimates at
particular point of time, availability of contracts and their specialization,
fund availability etc. The pros and cons of centralized and decentralized
procurement, bulking of procurement (in respect of Goods), small versus
big packages for works, packaging and slices do not seem to have been
examined thoroughly in most of the projects. There are no approved
Packaging Plans and Procurement Schedules (which determines the
timing of the various procurement activities such as invitation of tender,
sale of tender documents, receipt of tenders, preparation of evaluation
report, award decision, signing of contract, period of achievement of
milestones/delivery schedule, time of completion of works/supplies) for
most of the projects. Usually the field officers decide on the packaging as
the implementation of the project proceeds and invite tenders on that
basis. All these lead to haphazard completion of works and commitment
of scarce financial resources without realizing the project objectives.
No specific codal provisions on this aspect exist. However, Para 192(b) of
the KPWD Code volume I refer to the splitting of contracts. It reads as
follows: "It is permissible to give out different contracts to a number of
contractors relating to one work, even though such work may be
estimated to cost more than the amount up to which the officers are
empowered to accept the tenders. This splitting of the work should be
resorted to only in exception cases, in the interest of the speedy
execution of works or when the nature of the work is such that if any
49
difficulty for a single agency to execute its various aspects, subject to
obtaining prior approval of the authority who is competent to accept the
tender for the work as a whole. In case more than one contract is
awarded to the same contractor at the same time or one after the other
the sanction of the authority who is competent to accept the total of such
tenders and not the authority who can accept each tender with reference
to value of each contract is to be obtained." The principle behind
packaging appears to be the technical requirement, need for speedy
execution, preparedness to invite tenders and the expected competition.
In view of the above the following instructions are issued:
(1) The pros and cons of centralized versus decentralized procurement,
bulking of procurement (for Goods) and small versus big
packages for works, packaging and slices are to be thoroughly
examined, keeping in view the implementation Plan of the
project;
(2) After the packages are decided and approved, the appropriate Method
of Procurement and Procurement Schedule (Showing the timing
of the various procurement activities) should be framed
depending on the value of the packages;
(3) This Procurement Schedule should form the basis of the preparation
of designs and specifications, to match the invitation of tenders;
(4) The Procurement Plan should be used as a template for monitoring
thus helping with timely recognition of problems and also in
taking timely corrective action;
(5) The Procurement Plan should be used to help all participants to the
procurement process to understand the sequence and timing of
the procurement action (stages), their contributions and
responsibilities at each stage and who is responsible at the next
stage;
(6) The Procurement Plan should be used to record the progress of
planned action thus supporting monitoring of performance of
the responsible unit and the staff; and
(7) The Procurement Plan and Schedule Should form the basis for
working out requirement of funds and its release to the
implementing Agency. If the work is contemplated to be
completed within a year full provision, if within 2 years 40%
50
and 60% for I & II year and if it is 3 years 30%, 40% and 30%
for 1, II & III year shall be provided. No tender should be
awarded without having grant as indicated.
Authorities should ensure that these instructions are followed strictly in
respect of all projects irrespective of the funding agency.
The above instructions shall apply to all Government
Departments, Government Corporations, Societies, Semi Government
Autonomous Organizations, Universities, Panchayat Raj Institutions,
Municipal Corporations, Local Bodies, etc, for which KTPP Act and Rules
are applicable.
(Chiranjeev Singh) Principal Secretary to Government,
Finance Department.
51
GOVERNMENT OF KARNATAKA
NO.PWD 1359 SO/FC 2001(P-2) Karnataka Government Secretariat, Vidhana Soudha, Bangalore, dated 3rdDecember2002
CIRCULAR
Subject: Guidelines of conducting negotiations before award
of the contract.
1. It is observed that the Tender Accepting Authorities of
Government Departments, State Government Undertakings, Local
Authorities, Autonomous bodies and Corporations established by
or under law and owned and controlled by the Government,
sometimes negotiate with the lowest tenderer, before passing order
accepting the tender in terms of Sub Para 3 under Section 13 of
the KTPP Act.
2. It has to be recognized that:
• Negotiations even with the lowest tenderer defeats the very ethics of competitive tendering and should not be resorted solely for the purpose of reduction of rates;
• When negotiations are conducted in a routine manner, there is every possibility that the tenderer would have jacked up the
prices considerably and would reduce the prices marginally to satisfy the Employer/Purchaser with the result that the Employer/Purchaser may in most cases ends up paying more
than real cost of the work/goods;
• Negotiations very often leads to delay in award of the contracts; and
• Negotiations opens up opportunities for corruptive practices.
3. After careful consideration of the practices being followed
in the various organizations the following Guidelines are issued for
conducting negotiations, if needed be, in respect of Works Contracts.
3.1 Negotiations solely for the purpose of obtaining lower prices
would be appropriate only in exceptional circumstances, such
as lack of competition (less than three), single bid, suspected
52
collusion, or where the lowest evaluated responsive bid is
substantially above the estimated cost. In such cases also, the
first choice is for rejection of all tenders and reinviting fresh
tenders.
3.2 A substantially high tender is defined as under;
Period of contract and
provision of Price
Adjustment
Update Estimated cost
of the Work Upto Rs. 20 lakhs.
Updated Estimated cost
of the Work Rs. 50 lakhs and
above
(a) Contracts
where price adjustment is not provided
10% above the
update estimate or Rs. 1.Lakh whichever is
more
10% above the
updated* estimate
10% above the
updated* estimate
(b) Contracts
where price adjustment is provided from
the date of tenders
Does not arise ... Does not ... 5% above the
updated estimate or Rs.5,00,000
which ever is more.
* Estimate based on the current rates of labor and materials such as
cement, steel and other key materials.
3.3 In all cases where the tenders amount is not substantially high
(refer definition of substantially high given in Para 3.2 above), the
Tender Accepting Authority shall pass orders accepting the
lowest evaluated responsive and qualified tender only.
3.4 In respect of exceptional cases, as listed in Para 3.1 above
(other then those that are considered substantially high), the
Tender Scrutiny Committee or the Evaluating Officer as the case
may be, depending on the value of contract may choose to
propose to the Tender Acceptance Authority to reject all tenders
and reignite fresh renders or negotiate. In case the proposal is for
rejection and reinvitation, the causes leading to the rejection,
shall be examined by the Tender Scrutiny Committee or the
Evaluating Officer, who shall propose the changes, if any, to be
made in the estimated cost, specifications, provisions in the
53
Special Conditions of Contract or packaging, before reinviting the
tenders.
3.5 The Tender Accepting Authority shall pass orders for reinviting
tenders with changes if any on the tender document. Pre-tender
conference shall be held to explain the qualification criteria,
specifications and conditions of contract and clarify any
reservations if any to the prospective tenderers. The reservations
if any pointed out by the prospective tenderers shall be made in
the bidding documents.
3.6 After reentering the tenders shall be processed as per 3.1, 3.2
and 3.3 above.
3.7 In respect of tenders which are determined high in terms of
Para 3.2 above the Tender Scrutiny Committee or the Evaluating
Officer as the case may be, depending on the value of the
contract, shall (i) identify the item (s) for which the rates are
considered high and are contributing to the increase; (ii) get the
break up of rates (s) from the lowest evaluated responsive
tenderer and make a through examination of the reasonableness.
If the Tender Scrutiny Committee or the Evaluating Officer is
satisfied with the explanation by the tenderer it shall make its
recommendation for the acceptance of the tender.
3.8 In case where the Tender Scrutiny Committee or the Evaluating
Officer decides in favor of negotiation (in all exceptional cases
listed in Para 3.1 above), he shall seek the permission of the
Tender Acceptance Authority, detailing the reasons and the
points on which negotiations are proposed to be conducted. The
Tender Accepting Authority shall after careful examination of the
proposals approve the points (including the change in scope,
specifications, packaging etc.) on which negotiations are to held,
appoint a Negotiating Committee consisting of Tender Inviting
Authority, a representative of the Tender Scrutiny Committee or
the Evaluation Officer and Tender Accepting Authority. The
Committee shall conduct negotiations on the approved points
and make a record of the proceedings of the negotiations. The
Committee shall submit the proceedings to the Tender Accepting
Authority for taking decision. If the negotiations are successful
and the Tender Accepting Authority accepts the recommendation
54
of the Negotiating Committee, the tender is accepted at the
negotiated rates/terms and conditions and contract is concluded.
3.9 If the negotiations fail, the Tender Accepting Authority shall
issue orders on the future course of action to be taken by the
Tender Inviting Authority, which may include adoption of revised
procurement strategy (to include repackaging, execution by
departmental forces/facilities etc.)
4. In respect of Procurement of Goods, since there are no Schedule
of Rates and rates for equipment/goods satisfying the minimum
functional requirements vary widely, depending up to the quality,
specifications of the material input, award should generally be
made to the tenderer who is technically and commercially
responsive and meets the stipulated qualification criteria and who
is determined to perform the contract satisfactorily. If the tendered
rate is considered unreasonable (one of the method of determining
the reasonableness being the comparison with the market rate for
the same brand and specification of equipment,) negotiations shall
be conducted with the lowest tenderer. The procedure as outlined
in Para 3.7 and 3.8 above should be adopted scrupulously. Here
also the first choice would be to reject and reinvite the tenders,
after analyzing the causes leading to the rejection of tenders.
5.1 The above instructions are applicable only to Works/Goods
tenders received against notice inviting competitive tenders and
not for Consultancy Proposals, for which separate instructions
would follow. It is also not applicable for tenders invited to fix
rate contracts.
5.2 The above instruction shall apply to all Procurement Entities as
defined in Section 2(d) Chapter I of the KTPP Act.
5.3 The above Guidelines shall not be applicable to tenders invited
for Projects funded by International Financial Agencies or
Projects covered under International Agreements for which the
rules of funding agencies shall apply
6. Procurement Entities shall ensure that the above Guidelines are
followed strictly. It may be noted that any violation of the KTPP
55
Act !999 and Rules 2000 attracts the penal provision under
Section 23 of the Act.
(Approved by Principal Secretary Finance Department)
M.N. Seshappa Special Officer & Ex-officio
Deputy Secretary to Government
GOVERNMENT OF KARNATAKA
NO. PWD 1359 SO/FC 2001(P-2) Karnataka Government Secretariat,
Vidhana soudha, Bangalore, dated 30thJune 2003.
CIRCULAR
Subject: Two Cover Tenders System – Safeguards to be
adopted.
Rule 28 of the Karnataka Transparency in Public Procurement
Rules, 2000 explained the circumstances where Two-cover tenders
system is to be adopted and the procedure to be followed in such cases.
The rationale of the two-cover tenders system is that the tender
requirement will be strictly enforced and the possibility to consider a
tender, which has failed to most the tender requirement but has offered
an attractive price, will be eliminated. The second cover containing the
price quotations of only those tenderers found qualified as per tender
requirements shall be opened by the tender inviting authority.
In order to ensure transparency in the procurement process
and build public confidence in the system, the following safe guards shall
be adopted, whenever two-cover tenders system is adopted.
(i) At the time of opening of the First covers, the second covers
containing the price quotations shall be placed in a large cover and
securely sealed in the presence of the tenderers or their representatives,
who are present and also get the same signed by all those tenderers or
their representatives. This large cover containing the second covers
containing the price quotations shall be opened on a predetermined time
56
and data. This will instill confidence in the mind of the contracting
community;
(ii) The evaluation of the technical aspects contained in the first
cover should be completed within a reasonable period, and the time gap
between the opening of the first and the second cover should be the
minimum and, in any case not more than 45 days [In exceptional cases,
approval of the Secretary to the Government of the concerned
Department /Managing Director of the Corporation shall be obtained
where the period is more than 45 days but less than 60 days, If it
exceeds 60 days the tenders shall be reinvited].
(iii) The qualification criteria and the technical requirement
should not be restrictive/discriminatory and the specifications
particularly of equipment should be broad based and functional, without
any irrelevant details.
The above instructions shall apply to all Procurement Entitles
as defined in Section 2(d) of Chapter I of the Karnataka Transparency in
Public Procurement Act.
Procurement Entitles shall ensure that the above Guidelines are
strictly followed. It may be noted that any violation of the Karnataka
Transparency in Public Procurement Act 1999 and Rules 2000 attracts
the penal provision under Section 23 of the Act.
(B.K. DAS)
Principal Secretary to Government, Finance Department
57
GOVERNMENT OF KARNATAKA
PWD 140 SO/FC 2003 Karnataka Government Secretariat,
Vidhanasoudha,
Bangalore,Dated:1stSeptember 2003.
C I R C U L A R
Sub: Procedure for sale of tender documents.
1. The Notice Inviting Tenders (NITs) issued by the Tender
Inviting Authorities (TIAs) specify:
(i) the time and date (period being usually two to seven days) up to
which the applications for request of tender documents will be received; (ii) the time and date (usually one to three days) when the tender
documents would be sold to those who have submitted the applications earlier; (iii) the time and date up to which the tenders would be received as
well as the time and date on which the tenders would be opened (usually 7 to 8 days after the sale of tender documents).
2. The above procedure is being adopted to enable the TIAs to
know the number of
copies of the tender document to be prepared and provide adequate time
for the preparation of the re4quisite number of documents.
3. The procedure in vogue is against the spirit of the
Karnataka Transparency in Public Procurements (KTPP) Rules 2000 –
Rule 17 and should be discontinued. The tender documents should be
made available for entire period provided for the submission of tenders
as per KTPP Rule 17. For this purpose the TIAs shall prepare adequate
number of copies of tender documents before the publication of NIT and
sell the document as per instructions contained in KTPP Rule 13 from
the date of publication of the NIT up to the pre-declared time on the
working day previous to the day fixed for submission of tenders (either
original or extended).
4. The above instructions shall apply to all Procurement
Entities as defined in Section 2 (d) Chapter I of the KTPP Act (1999).
58
5. Procurement Entities shall ensure that the above instructions are
followed scrupulously. It may be noted that any violation of the KTPP Act 1999
Rules 2000 attracts the penal provision under Section 23 of the Said Act.
Sd/.,
(B.K. DAS)
ACS & Principal Secretary to Government Finance department
ROCEEDINGS OF THE GOVERNMENT OF KARNATAKA
Sub: Procurement Reforms – Measurement of Works and
Supplies – Use of Measurement Books
Preamble :
1. Paragraphs 208 & 209 of the Karnataka Public Works
(KPW) Accounts Code Volume I, Paragraphs 300 & 301 of the Karnataka
Public Works Departmental (KPWD) Code Volume I and Appendix VII of
the KPWD Code Volume II detail the instructions regarding issue of
measurement books, recording of measurements and storage of
measurement books. The salient instructions are:
(i) Payments for all work done otherwise than by daily
labour and for all supplies, are made on the basis of measurements
recorded in measurement books, Form PWG-27 in accordance with the
rules in paragraph 209;
(ii) The measurement should be considered as a very
important initial account record since it is the basis of all accounts of
quantities of work done whether by daily labour or by piece work or by
contract and of materials received which have to be counted or
measured:
(iii) All measurements should be neatly taken down in the
measurement book issued for the purpose and nowhere else;
(iv) The entries should be recorded in the measurement
book at the work spot indelibly in ink so as to render it difficult to
tamper with or to make unauthorized additions or alterations in entries
once made:
59
(v) As all payments for works or supplies are based on the
quantities recorded in the measurement book. it is incumbent upon the
person taking the measurement to record the measurements clearly and
accurately. He will also work out and enter in the measurement book the
figures for the contents or area column:
(vi) Measurements for all works and repairs should in the
first instance be taken by subordinates in charge and checked by Sub-
Divisional Officers and Divisional Officers [Assistant Executive Engineer
(AEE) is to check 75% in Case of works costing Rs. 5000 or more and
50% in case of other works and repairs. At least 50% of the works are to
be checked. Executive Engineer (EE) is to check 25% of items:
(vii) All final measurements irrespective of value to be
recorded by Assistant Engineer (AE) and AEE should check-measure
100% for all works estimated to cost Rs. 5000 and more if it is a
departmental work and Rs. 25.000 and more if it is A contract work. EE
should check 25% of the total value of work done if the works cost more
than Rs. 25,000;
(viii) No erasures of any kind should be permitted; mistakes
should be corrected by drawing the pen through the incorrect entry. and
inserting the correct figures or words between the lines. A reliable record
is the object to be aimed at, as the measurement book may have to be
produced as evidence in a court of law;
(ix) Apart from measurements, the description of the item as
per tender has to be written in the hand of the AE.
2. Paragraph 5 of Appendix IV-A of the KPWD Code Volume II
Rules for Registration of Contractors in PWD lay down that Class I and II
Contractors should engage at least one Engineering Graduate of every
work costing Rs.15 lakhs and above and Class III Contractor should
engage one Engineering Graduate for every work costing Rs.10 to 15
lakhs and at least one Diploma Holder on every work or group of works
together costing more than Rs. 2 lakhs but less than Rs. 10 lakhs
3. Clauses 7(a) and 7(b) of PWG-65 Form, the approved tender
document for works, state:
(i) A bill shall be submitted by the Contractor on or before the 15th
of each month of all items of work executed in the previous month;
60
(ii) The details furnished by the Contractor in the bill should be
measured by the subordinate in the presence of the Contractor or his
duly authorized agent. The countersignature of The Contractor or the
said agent in the measurement book shall be sufficient proof to the
correctness of the measurements, which shall be binding on the
Contractor in all respects;
(iii) If the Contractor does not submit the bills within the prescribed
time, the EE may depute within seven days of the prescribed date, a sub-
ordinate to measure up the said work. The countersignature of the
Contractor shall be obtained in the measurement book concerned with
reference to which, the Department may prepare the bill.
4. It is observed that the measurement books are not being used
in most of the Government Departments, Public Sector Undertakings,
Boards, Societies, and Local bodies for recording the receipt of goods and
equipment and payments of invoices are being made on the basis of
verification of receipt of materials. However most of the Government
Departments, Public Sector Undertakings, Boards, Societies and Local
bodies are using the measurement books for recording the
measurements as per provisions of KPWD Code. However the compliance
to the provisions of the Manual is resulting in lot of clercial work by the
technical officers whose primary duty is supervision of work in the field.
Also there are no consistent practices followed by various procurement
entities of the State.
5. The Sub-Committee constituted under the Chairmanship of
Secretary. Public Works Department by Government in GO No PWD 122
SO/FC 2003 dated 8.5.2003 to look into certain technical issues like
measurement books, from the Procurement Reforms Action Plan on the
recommendations of the Country Procurement Assessment Report
(CPAR) and make recommendations to the Standing Committee has
examined the issue, felt that the present provisions in the Codes and
manuals regarding measurement of works and supplies are archaic, time
and effort consuming, do not use the currently available information
Technology and has made recommendations for improvement of the
system. The Working Group constituted in GO No. PWD 1359 SO/FC
2001 dated 14.8.2002 for implementation of the said Action Plan
reviewed and endorsed the recommendations of Sub-Committee. The
Standing Committee constituted in GO No. PWD 1359 SO/FC 2001
dated 5.8.2002 for implementation of the said Action Plan on the
61
recommendations of CPAR, examined the recommendations of the Sub
Committee in detail.
Government Order No. FD 56 Pro. Cell 2004, Bangalore, 18thJanuary
2005.
1. Based on the recommendations of the Standing Committee
this order is issued for recording of measurement of Works and Supplies.
This order shall supersede the current instructions contained in the
Codes and Manuals.
(a) A uniform procedure for recording of measurements for
works and supplies should be enforced in all the Organizations
coming under the purview of the Karnataka Transparency in
Public Procurements Act 1999;
(b) The current provisions of the KPW Accounts and
Departmental Codes shall continue to be applicable for all
Works Contracts of value Rs.25 lakhs and less;
(c) In respect of Works Contracts of value more than Rs25 lakhs,
the Contractors shall be made responsible for submitting bills
duly supported by hard copy of detailed measurements of work
using electronic spreadsheets and making
computations thereof. The Contractor shall submit diskette/CD
ROM in addition to the hard copy;
(d) The Assistant Engineer in direct charge of the work shall take
independent measurements of the work and enter the same in
the electronic spreadsheet and make computations thereof. The
Assistant Engineer can make use of the detailed measurements
as given by the Contractor in the diskette/CD ROM. In any case
the responsibility for the correctness of the measurements shall
be entirely of the Assistant Engineer, as prescribed in the Codes
and Manuals;
(e) The measurements would be checked by the officers from the
hard copy of the spreadsheet as per present stipulations, and
computations would be made accordingly'.
(f) The countersignature of the Contractor or his authorized
Agent shall be obtained on each page in the hard copy of the
detailed measurement spreadsheets prepared by the Assistant
62
Engineer, which shall be binding on the Contractor in all
respects;
(g) The hard copies of the detailed measurement spreadsheets
shall be bound, numbered and stored, which shall be
considered as the measurement books, as referred to in the
Manuals and Codes. An index shall be prepared for each
Contract/Work, which shall show the details of the bills,
reference to measurement books and vouchers. Similarly the
diskettes/CD ROMs shall be indexed and stored.
(h) In respect of supplies – goods and equipment, the invoices
detailing the items supplied with specifications, quantity, rate
and amount would be sufficient. This shall be checked and
inspected by the receiving authority and accounted as per
normal accounting procedure prescribed by Government/
Corporation/ Board/ Society Local body from time to time.
Entry in measurement books need not be insisted upon.
2. This order will apply prospectively and shall not be
applicable for contracts concluded in the past.
3. This order shall apply to all Procurement Entities as defined in
Section 2(D) Chapter 1 of the Karnataka Transparency inPublic
Procurements Act. 1999.
4. This order shall be appropriately incorporated in the Conditions
of Contract of Tender documents.
5. The contents of this order shall be appropriately incorporated in
the Karnataka Public Works Accounts and Departmental Codes and
other Manuals.
By Order and in the name of the
Governor of Karnataka
(Sudhakar Rao)
Principal Secretary to Government
Finance Department.
63
PROCEEDINGS OF THE GOVERNMENT OF KARNATAKA
Subject: Third Party Inspection of Works, Goods and
Equipment
Preamble:
1. There are no specific provision regarding Inspection of
Works in the Karnataka Public Works Department Manual, Clauses
12 (b) and (c) of the PWG 65. ... the approved tender document for
works, lay down the Guidelines for Inspection of Works. The
Contractor is primarily responsible to ensure that the works are
executed as per Specifications and deliver the Works is sound
condition. The Departmental Officers have to make periodical checks
to ensure the quality of works. The Government is concerned over the
deterioration in the quality of the works executed. To assist the
Departmental Officers to ensure quality works, in some major projects
separate in-house quality control organizations have been set up and
in some other projects funded by International Donor Agencies,
Supervision Consultants have been employed. However for most of the
works under execution, the Departmental Officers (here-in-after called
Employer) are responsible for ensuring the quality of the works.
2. Similar is the position in respect of procurement of
goods and equipment. The inspection is mostly in-house. In some
PSUs third party inspections are adopted on a case-by-case basis and
there is no consistency and uniformity of approach.
3. Complaints regarding acceptance of poor quality of
works and procurement of goods and equipment not conforming to
stipulated specifications continue to be reported.
4. The Sub-Committee under the Chairmanship of
Secretary PWD, constituted by Government vide No. PWD 122 SO/FC
2003, Bangalore dated 8/5/2003 to examine and make
recommendations regarding various aspects of Procurement Reform in
the State examined the measures to improve quality control of works,
inspection of goods and equipment and has made recommendations
for improvement of Quality Control. The Working Group constituted
vide GO No. PWD 1359 SO/FC 2001 dated 14/8/2002 reviewed and
endorsed the recommendations of Sub-Committee. The Standing
Committee for Procurement Reforms Action Plan based on CPAR.
64
Karnataka constituted vide GO No. PWD 1359 SO/FC 2001 dated
5/8/2002 examined the recommendations in detail.
5. Third Party Inspection of Works and Supplies would
ensure adherence to quality standards, leading to value for money.
This will also check corruptive practices and instill public confidence
in the system.
Government Order No. FD 55 Pro. Cell 2004,Bangalore, Dated:
17.02.2005
Based on the recommendations of the Standing
Committee the following orders are issued.
(a) The appointment of independent
Third Party Inspectors designated Quality Supervision Consultants
would go a long way in assisting the Departmental Officers to ensure
adherence to quality standards in construction works and
procurement of goods and equipment;
(b) Third Party Inspection shall be mandatory in
respect of all works contracts of estimated value more than Rs.2 crore
and all goods and equipment contracts estimated to cost more than
Rs.25 lakhs for an item of goods and equipment; (c)
Reputed Quality Supervision Consultants (either Individual of Firm)
known for integrity and professionalism should be appointed by
following the procedures for procurement of Consultancy services
issued vide GO No. PWD 121 SO/FC 2003, Bangalore dated
26/9/2003 with amendments issued from time to time thereof. The
Terms of Reference should be well defined. Detailed Checklists, to be
completed by the Quality Supervision Consultants, should be
prepared (with the assistance of experts if need be) to ensure that the
Consultants perform their obligations satisfactorily;
(d) The employment of the Quality Supervision
Consultants could be either for one or more contracts for works or
procurement of goods and equipment or for procurement made in a
term or stipulated period for a Procurement Entity;
(e) Heads of the Department of the Government
Managing Directors of PSUs Boards/ Societies Local Bodies shall
employ the Quality Supervision Consultants and order payments to
them on satisfactory performance. The expenditure on the
employment of the Quality Supervision Consultants shall be charged
to the cost of the works and goods and equipment under procurement;
(f) The Quality Supervision Consultant shall inspect
the works periodically, submit reports along with the prescribed
65
checklists duly completed to the Employer for taking action with a
copy to the Secretary to the Government Managing Director of the
Corporation/Board/Society/Local body. who will be responsible for
review of the Action Taken Reports of the Employer;
(g) The Quality Supervision Consultant shall inspect
the goods and equipment during manufacture/before dispatch after
receipt, assembly and commissioning as per the terms of the contract
and submit reports along with prescribed checklists duly completed to
the Purchaser with a copy to the Secretary to the
Government/Managing Director of the Corporation Board
Society/Local body who will be responsible for Review of the Action
Taken Reports of the Purchaser;
(h) The employment of the Quality Supervision
Consultant and the inspections conducted by them shall not absolve
the primary responsibility of the Employer to ensure completion of
works of sound quality as per stipulated specifications and of
Purchasers for Procurement of goods and equipment of good quality
as per stipulations in the specifications. The Quality Supervision
Consultants are there to assist the Employer/Purchaser in
discharging their primary responsibility.
(i) The Quality Supervision Consultants should not
be employed in respect of works and goods and equipment contracts
of projects, where a specialized in house Quality Control Organization
exists is planned or a separate Supervision Consultant has been
employed.
2. This order will apply prospectively and will not
be applicable for contracts conclude in the past or for tenders already
invited.
3. This order shall apply to all Procurement
Entities as defined in Section 2(d) of Chapter I of the KTPP Act, 1999
4. This order shall be appropriately incorporated
in the Special conditions of contract of the tender documents.
5. The contents of this order be appropriately
incorporated in the Karnataka Public Works Department and other
Manuals.
By order and in the name of
The Governor of Karnataka
( Sudhakar Rao)
Principal Secretary to the Government,
Finance Department
66
PROCEEDINGS OF THE GOVERNMENT OF KARNATAKA
Sub : Procurement of works - use of Standard
Tender Document - Revision - Reg.
Read : (1) G.O.No.FD 9 PCL 2004 dtd:6-8-2005
(2) G.O.No.FD 6 PCL 2006 dated:21-03-2007
(3) G.O.No.FD 04 PCL 2006 dated:12-07-2007
(4) G.O.No.FD 04 PCL 2007 dated:2-4-2008
(5) Proceedings of the Procurement Reforms
Standing Committee meeting held on 2-8-2008.
PREAMBLE:
In Government Order dated:6-8-2005, Standard Tender
Documents given in Annexure 1 to 6 appended there with were
prescribed to be used in certain identified divisions of PWD and WRD
and the corporations under WRD for procurement of works from 1st
September 2005 for a period of six months initially on an
experimental basis, so that any problems encountered in use of these
Standard Tender Documents can be
suitably addressed before making the Standard Tender Documents
mandatory for procurement of works.
By the G.O.No.FD 06 PCL 2006, dated:21-03-2007 use of
Standard Tender Documents was made mandatory for all
procurement entities under the Government for procurement of works
specified in Annexure I to VII to the Government Order cited at (1)
above.
However, implementation of G.O No.FD 06 PCL 2006 dated:
21-03-2007 mandating Standard Tender Documents was deferred till
31-12-2007 as per G.O. cited at (3) above or till the final decision is
taken on the proposed modification and the same was extended till
30-06-2008 by the G.O’s cited at 3&4 above.
In the procurement Reforms Standing Committee Meeting held on 2-
8-2008, the proposal of the Public Works Department for certain
modifications to the tender documents was discussed in detail. The
Public Works Department had expressed the following difficulties in
the implementation of Standard Tender Documents prescribed
videG.O.No.FD 9 PCL 2004 (1) dated:6-8-2005:-
(i) Minimum financial turnover
(ii) Satisfactory completion of similar works
67
(iii) Owning of machineries
(iv) Furnishing of 10% FSD
(v) Payments to be made within 90 days to the Contractor
(vi) Design and Drawings part of agreement
(vii) Bid capacity, etc.,
The Committee considered in detail the proposal of the PWD and the
Government has decided to modify certain clauses of the STD.
Hence the following Order.
Government Order No.FD 4 PCL 2008, Bangalore, dated:14.10.2008
Under the circumstances explained in the preamble, the
following clauses of the Standard Tender Documents as prescribed in
Government Order dated: 6-8-2005 are modified to the extent noted
below:
Sl.No
.
Reference to standard
tender documents
Existing Clauses
Modified clauses
1. Clause 3.2.b. page 5
KW-1,2/3/4
Work experience: Satisfactorily completed (at least 90% of the
contract value), as prime contractor, at least one
similar work such as….. of value not less than Rs._____(usually not Less
than 80% estimated Value of contract)
a) Mandating satisfactory completion as a prime contractor for at least one
similar work to an extent of 50% of the cost of the work,
for all works costing up to and Rs.100 lakh. b) Mandating satisfactory
completion as a prime contractor for at least one
similar work to an extent of 80% of the cost of the work, for all works costing more
than Rs.100 lakh. The PWG Form 65 will be discontinued. The relevant
Paragraphs of the KPWD Code will be amended.
2.
Clause 3.1
Page 5 K/W-1, Clause 3.3.
Page 5
Assessed available tender
Capacity: (A*N*1.5-B) where A = Maximum value of civil Engineering
works Executed in any
In order to ensure higher
tender capacity and better selection of eligible contractors and also to
ensure more competition the
68
K/W-2,
Clause 3.6 Page 6 K/W-4
one year during the last
five years (updated to_____price level) taking into account the
completed as well as works in progress N= umber of years
prescribed for completion of the works
for which Tenders are invited. B = Value, at….. price level, of existing
commitments and on-going works to be
completed during the next _____years.
existing multiplying factor of
1.50 for assessing the available tender capacity may be modified to 2.50 for
works costing upto Rs.100 lakh.
However, the existing clause clause shall remain
the same for works costing more than Rs.100 lakh.
Sl.
No
Reference
to standard tender
documents
Existing Clauses
Modified clauses
3. Clause 3.2
(a) page Page 5 K/W-4
Qualification:
To qualify for award of this Contract, each Tenderer in its name
should have in the last five years i.e.2000-2001 to 2004-2005 (a)
achieved in at least two financial years a
Minimum financial turn over (in all classes of civil engineering construction
works only) of Rs.___ (usually not less than
two times the estimated annual payments under this contract)
Qualification:
To qualify for award of this contract each tenderer in his name should have in the
last five years’ period (a) achieved in at least two financial years an average
annual financial turnover of Rs.…… (usually not less
than the estimated cost under this contract for works costing up to Rs.100
lakh). However the existing clause remains the same for
works costing more than Rs.100 lakh.
4.
Clause 3.2
(c) page 5 K/W-4
Executed in any one
Financial year, the minimum quantities of work (usually 80% of the
peak annual rate of construction)
Executed in any one year
(for a continuous period of 12 months), the minimum
quantities of work (usually 80% of annual requirement)
for works costing up to Rs.100 lakh. However the existing clause remains the
same for works costing more than Rs.100 lakh.
69
5. Clause 3.3 (b) page 6
K/W-4
Liquid assets and/or availability of credit facilities of not
less than Rs._____(Credit
lines/letter of credit/Certificates from Banks
for meeting the fund requirement etc., (usually
the equivalent of the estimated cash flow for three months in peak
construction period).
Liquid assets and or availability of credit facilities of not less than Rs.……
(Credit lines / Letters of Credit / Certificates from
Banks) for meeting the fund requirement etc., (usually 30% of the amount of
contract) for works costing up to Rs.100 lakh.
However the existing clause remains the same for works
costing more than Rs.100 lakh.
Sl.No. Reference to
standard tender documents
Existing Clauses
Modified clauses
6. Additional Clause for inclusion:
In the case of the death of a contractor after executing the agreement/
commencement of the work, his legal heir, if an eligible
registered contractor and willing, can execute and complete the work at the
accepted tender rates irrespective of the cost of
the work
7. Clause 3.3 Page 5
K/W-3&4
Equipment Capacity: Each Tenderer should
Further demonstrate: (a) Availability by
owning the following key and critical equipment for
this work.
Equipment Capacity: Each tenderer should
further demonstrate: (a) availability by owning at
least 50% of the required / specified key and critical equipment for this work
and (b) the remaining 50% can be deployed on lease /
hire basis for all works provided, the relevant
70
documents (commitment
agreements etc.) for availability for this work are furnished.
8. Earnest money
Deposits. Clause 9.1 Page 6 of
KW1 Page 7
KW2/3 Clause 13.1 Page 8
KW 4
Earnest Money Deposit
The Tenderer shall furnish, as part of his tender, Earnest
Money Deposit in the amount as shown in
Column 4 of the table of IFT for this particular work. This
earnest money deposit shall be in favor of and may be in the
form of Banker’s cheque/Demand
Draft/Pay Order, in favor of_____payable
at_____or Cash or specified Small
Savings Instruments pledged to—
Earnest Money Deposit The tenderer shall furnish
as part of his tender, Earnest Money Deposit (EMD) at the following rates.
EMD amount as % of the estimated cost of the work
put to tender a) Upto Rs.20 lakh – 2.5% b) Rs.20 lakh and above up
to Rs.1 crore – 2% subject to a minimum of Rs.50,000/-
c) Rs.1 crore and above up to Rs.10 crore – 1.5%
subject to a minimum of Rs.2,00,000/- d) Rs.10 crore and above -
1% subject to a minimum of Rs.15,00,000/-
Sl.No. Reference to
standard tender documents
Existing Clauses
Modified clauses
9. Performance Security
(Clause 25)
Performance Security Security Deposit
Within 20 days of receipt of the Letter of Acceptance the
successful Tenderer shall deliver to the
Employer a Security Deposit in any of the forms given below for
an amount equivalent to 10% of the contract
price plus additional security for unbalanced tenders
Performance Security Within 20 days of the
receipt of the letter of acceptance, the successful tenderer shall deliver to the
employer a security deposit in any of the forms given
below for an amount equivalent to 5% of the contract price plus
additional security for unbalanced tenders in
accordance with clause 25.5 of ITT & Clause 44 of the conditions of contract
71
in accordance with
Clause 25.5 of ITT and Clause 44 of the Conditions of
Contract.
for all works.
10.
Clause 7 Page 22 KW 4
Subcontracting:
The Contractor may subcontract with the approval of the
Employer but may not assign the
Contract without the approval of the Employer in writing.
Subcontracting does not alter the Contractor’s
obligations
This Clause is deleted.
11. Clause 37.1
Page 27 KW 4
Payments:
Payments shall be adjusted for
deductions for advance payments, other
recoveries in terms of the contract and taxes, at sources, as
applicable under the law. The Employer
shall pay the Contractor within 60 Days of
submission of bill.
Payments:
Payments shall be adjusted for deductions for advance
payments other than recoveries in terms of contract and taxes, at
source, as applicable under the law. The Employer shall pay the Contractor within
60 days of submission of the bill. The contractor
shall be liable to pay liquidated damages for shortfall in progress.
For progress beyond the agreed programme payment
is subject to availability of the grants.
Sl.No. Reference to
standard tender
documents
Existing Clauses
Modified clauses
12. Clause 49
page 29 K/W-4
49.1) The Employer or
the Contractor may terminate the Contract if the other
Party causes a fundamental breach of the Contract.
49.2) a to h _ _ _ _ _ _ _ _ _ _ _
Termination
49.1) The Employer may terminate the Contract if the other
party causes a fundamental breach of the Contract. 49.2) Sub Clause (b) & (d)
under this clause are deleted.
72
13. 13 Clause 24
Page 24 KW4
Disputes:
Procedure for resolution of Disputes through
arbitration
Disputes
Arbitration Clause will not be applicable wherever the value of the work is less
than Rs.100 lakh.
14.
14 Clause 34.4 Page 26
K/W4
Variations: The Contractor shall promptly request in
writing the Employer to confirm verbal
orders and if no such confirmation is received within 15
days of request, it shall be deemed to be an order in writing by
the Employer.
Variations: The Contractor shall promptly request in writing
to the Employer to confirm verbal orders and the officer
issuing oral instructions shall confirm it in writing within 30 days, failing
which the work shall be carried out as though there is no variation. In case
variation is approved it shall be accompanied
by BOQ, failing which the contractor shall be responsible for deviation if
any. Further, approval of Govt. has to be obtained for
the variation exceeding 5%.
15. Clause
Sec. 3 1.4 Column 7 /
Foot Note 18 K/W-2
Certificates:
Attach certificate from the Engineer- in-
charge
Certificates:
The contractor shall enclose /attach all the necessary
certificates duly attested by the employer.
Sl.No.
Reference to standard
tender documents
Existing Clauses
Modified clauses
16. G.O.No.FD 06 PCL 2006
Bangalore Dated:21.3.2
007 Para No.4
Additional Tender Documents for Procurement of Works
of Value of more Rs.10 crore, documents for
other types of contracts such as lump sum, percentage,
private Sector participation BOT, BOO, BOOT etc.,
and other documents and found necessary
Para 4 of the operative portion of the G.O. will be suitably
modified. Since, it is proposed
to dispense with Form PWG 65 Standard Tender
Documents will be applicable for all contracts irrespective of the value of
the contract. As far as works costing Rs.10.00
73
would be issued in due
course.
Crore & above KW-4 shall
be adopted.
17. Identical Clause numbers
in Tender Documents : All the Standard Tender
Documents may be redrafted with same clause numbers for various
aspects of similar activity to avoid references to
individual documents. Wherever certain clauses are not applicable in
different tender documents, the title shall remain but the content
shall be mentioned as “deleted”.
There is no change in the remaining clauses of the
Standard Tender Documents. The forms PWG 65 and 66 Tender
Documents are discontinued hence-forth.
2) Instructions to the Tenderers, Formats for submission of
tender (unless specified otherwise) and the General Conditions of
Contract, indicated in the standard tender documents shall not be
changed. However, supplementary instructions, if any, to the above, to
take care of local need/specific requirement, shall be provided in the
Data sheet, Special Conditions of Contract, provided for in the
documents.
3) Amendments to the relevant Codes and Rules will be
incorporated indue course.
4) This order will apply for invitation of tenders for
procurement of works to be invited hereafter and shall not be
applicable for tenders already invited.
By Order and in the name of
Governor of Karnataka,
(M.R.SREENIVASA MURTHY)
Principal Secretary to Government
Finance Department
74
PROCCEDINGS OF THE GOVERNMENT OF KARNATAKA
Subject: Provision for price Adjustment for specified
materials for works – Revision Reg.
Read : Govt. Order No. FD 59 PRO CELL 2004, dated:26-
11-2004
Preamble :
In Government Order No. FD 59 PRO CELL 2004 dated:
26thNovember 2004 read above, the following instructions were
issued about price adjustment.
(a) A Price Adjustment clause shall be included in all Works
contracts whose estimated cost put to tender is Rs.100 lakhs or more
and the period of completion is 12 months or more. The
Price Adjustment clause and the formulae for adjustment shall be as
per Annexure-1 of the said G.O.
(b) In works contracts where, Price Adjustment Clause is
provided the Price Adjustment shall be admissible from the date of
opening of tenders (original or extended).
(c) Price Adjustment Clause shall not be included in Goods
and Equipment tender documents. However in respect of tender
documents for procurement of electric cables, transformers,
generators, motors, that have raw material component subject to
price fluctuations, appropriate Price Adjustment clauses may be
incorporated by the Tender Inviting Authority in the tender
documents, with the specific approval of the concerned Head of
the Department or Managing Director of the Public
Undertaking/Board.
The PWD has requested for certain modifications in the above
conditions as the Department is facing problem in procurement of
agencies for implementation of various works due to rapid fluctuation
of rates of construction materials especially cement, steel and
bitumen. This has resulted in poor response to the tenders floated by
the department and also slowdown or stoppage of on-going works by
the agencies. Further, the tender premiums being quoted by the
agencies are very high which creates an opinion that the Schedule of
Rates or the estimates are defective. Hence, P.W.D has requested to
resolve this problem suitably by modifying the existing contract
agreement to absorb the fluctuation in the market prices of major
construction viz., cement, steel and bitumen.
In the procurement Reforms Standing Committee
Meeting held on 2-8-2008, the proposal of PWD for effecting certain
75
changes in the price djustment clause in the Tender Documents was
discussed in detail and considering the frequent fluctuations in the
basic rates of construction materials i.e. Cement, Steel, Bitumen, it
was recommended by the Committee to modify the Government Order
dated: 26.11.2004 referred to above.
The Government has considered the issue in detail and accordingly
the following orders are issued.
Government Order No.FD 3 PCL 2008, Bangalore, dated:21-11-2008.
In the circumstances explained in the preamble, in modification of
the Government Order dated: 26-11-2004, it is directed that the
following price adjustment methods are applicable hereafter.
a) For all works costing more than Rs.50 lakhs, if the
period of execution is more than 12 months, the price adjustment will
be calculated as prescribed in Annexure to G.O. No: FD 59 PRO
Cell/ 2004, dt: 26.11.2004.
b) If the period of execution is more than 6 months but
less than or equal to 12 months for work costing more than Rs.50
lakhs, star rates in respect of specified materials (cement, steel and
bitumen) only shall be payable to the contractor based on the
all India average wholesale price index for the said materials.
The star rates adjustment shall be as per the increase or
decrease in the index as applied to the said materials between
the last date for receiving bids and the date of execution as per
the approved programme of works submitted by the
contractor at the time of execution of agreement which shall
mandatorily be a part of the agreement.
c) If the period of execution is less than or equal to 6
months, for all works irrespective of the cost of the works, price
adjustment or star rates shall not be applicable.
d) In works contracts where price adjustment clause is
provided, the price adjustment shall be admissible from the date of
opening of tenders (Original or extended).
76
e) Price adjustment clause shall not be included in Goods
and Equipment tender documents. However, in respect of tender
documents for procurement of Electric Cables, Transformers,
Generators, Motors that have raw material component subject
to price fluctuations, appropriate price adjustment clauses
may be incorporated by the Tender Inviting Authority in the
tender documents, with the specific approval of the concerned
Head of the Department or Managing Director of the Public
Sector Undertaking/Board.
2. The above mentioned methods of price adjustment clause are
subject to the following conditions:
i) The price adjustment clause or the star rates shall not be admissible if the contract period is extended due to lapse on the part of the contractor.
ii) For the cases (a) and (b) above, if the contract period is
extended due to no fault of the contractor, the modified programme
shall be approved by the competent authority and shall become a part
of agreement for which price adjustment/star rates will be applicable.
iii) For the purpose of working out price adjustment and star
rates, the price index issued from time to time by the Ministry of
Commerce and Industry, Government of India should be adopted.
iv) The formulae for price adjustment shall be as prescribed in
Annexure-1 to the G.O. No: FD 59 PRO.Cell/2004 dated: 26.11.2004,
which is appended.
3. The above instructions will only be applicable prospectively and
shall not be applicable for contracts concluded in the past or being
concluded presently or for tenders already invited.
4. The above instructions shall apply to all Procurement Entities as
defined in Section 2(d) Chapter I of the Karnataka Transparency in
Public Procurement Act, 1999.
5. The above instructions should be appropriately incorporated in the
Standard Tender Documents.
By order and in the name of the
Governor of Karnataka,
(M.R. Sreenivasa Murthy)
Principal Secretary to Government,
Finance Department
77
GOVERNMENT OF KARNATAKA
No. DPAR 2 EPR 2009
Karnataka Government Secretariat M.S. Building
Bengaluru, Dated: 9th October 2012
NOTIFICATION
In exercise of the powers conferred by sub-section (2) of
section 18A of the Karnataka Transparency in Public
Procurements Act, 1999 (Karnataka Act 29 of 2000), read
with section 21 of the Karnataka General Clauses Act, 1899
(Karnataka Act III of 1899) in supersession of notifications
specified in the Annexure to this notification issued in this
behalf, the Government of Karnataka hereby specify that all
procurement entities, in respect of every procurement under
the said Act, value of which exceeds Rupees five lakhs
(Rs.5.00 lakhs) shall procure their Procurements through e-
Procurement platform with effect from the third day of
December, 2012.
By Order and in the name of the
Governor of Karnataka (H.R Nagaraja) Desk Officer1
Dept. of Personnel & Administrative Reforms,
(e-Governance)
78
PROCEEDINGS OF THE GOVERNMENT OF KARNATANA
Sub: General delegation of common financial powers to
Heads of Departments and others - Review of.
Read: (1) G.O.No.FD 7 TFP 91, Bangalore, Dated:16-09-1991.
(2) G.O.No.FD 1 TFP 95, Bangalore, Dated:27-06-1995.
(3) G.O.No.FD 3 TFP 99, Bangalore, Dated:13-06-1999.
(4) G.O.No.FD 4 TFP (2) 99, Bangalore, Dated:15-10-1999.
(5) G.O. No.FD 1 TFP 2001, Bangalore, Dated:02-02-2001.
PREAMBLE:
In the Govt. Order dated: FD 1 TFP 2001 dated:02-02-2001 read at (5)
above, order was issued enhancing the General delegation of common
financial powers to Heads of departments, Divisional level officers, District
level officers, Sub-division level officers and Taluk level officers.
In respect of certain departments, special financial powers have also been
delegated for purchases, repairs, works, write off etc. These powers will be
exercised only by the particular departments to whom such powers have been
delegated.
The common financial powers were enhanced in 2001. The question
of revising these powers was under consideration of the Government. While
revising such powers, special powers delegated to different departments
were also reviewed. It was found that all powers could be brought under
specific items which are common to all departments with some
modifications. Therefore, an attempt has been made to bring all such
powers both under special and common financial powers in one place so as
to make applicable to all departments. This will reduce the proposals from
different departments for delegation of special powers. In course of time the special powers delegated to certain departments will be withdrawn. Accordingly following order is issued.
Govt. Order No.FD 2 TFP 2010, Bangalore, Dated:30-04-2010.
After careful consideration Government are pleased to delegate
common financial powers as specified in the Annexure to this order to all the
79
Heads of Departments and other departmental officers.
2. Subject to provision in para 6 hereunder, these orders are in super
session of the delegation of powers as contained in part-III of Manual of
Financial Powers 1967 and all orders issued as read above.
3. Wherever Special Powers are delegated to the Departments in
respect of certain items included in the Annexure of this order, such
Departments should exercise either special powers or common powers for such
items but not both, until the Special Powers delegated for these items in respect of
their Department are withdrawn.
4. No authority can sub-delegate any of the financial powers delegated by
this order to any other authority wholly or partly.
5. These orders shall come into force with immediate effect.
6. The designated officers as per Government Order No. FD 2 TFP
98 dated: 17-5-1999 will exercise the powers as specified in the Annexure.
By Order and in the Name of
the Governor of Karnataka,
(C. Shamarao)
Deputy Secretary to Government,
Finance Department,
(FR & BCC).
80
81
Annexure to Government Order No.FD 2 TFP 2010 Dated:30-04-2010.
Sl.
No
1
2
Description of power
Administrative approval of
works.
Books and periodicals:-
To sanction purchase of
reference books and journals
for facilitating official work
Heads of Divisional Level
Department Officers
Estimate of Estimate of
Rs.1.00 crore Rs.50.00 lakh
for one work for one work
subject to Subject for
availability of availability of
grants grants
Full powers Full powers
District Level Sub Division Level Taluk Level
Officers Officers Officers
Estimate of Estimate of Rs.5.00 Estimate of
Rs.25.00 lakh lakh for one work Rs.1.00 lakh
for one work Subject to for one work
Subject to availability of Subject to
availability of grants availability of
grants grants
Rs.10,000/- Rs.5,000/- per Rs.1,000/-
per annum annum per annum
3 Stationery
4 Office equipment
5 Computers and peripherals
(subject to the Government
Orders from e-
Governance(DPAR)
Full powers Full powers
Rs.10.00 lakh Rs.5.00 lakh
per annum per annum
Rs.10.00 lakh Rs.5.00 lakh
per annum per annum
Rs.10,000/- each Rs.5,000/- each Rs.2,000/-
time and time and each time and
Rs.1.00 lakh p.a. Rs.50,000 p.a. Rs.20,000 p.a.
Rs.2.50 lakh Rs.1.00 lakh Rs.50,000
per annum per annum per annum
Rs.2.00 lakh
per annum _ _
82
6 Furniture
7 Laboratory equipment and
consumables
8 Drugs & medicines
9 Diet items
10 Tools and machinery
11 Items and implements used
under government
programmes
12 Miscellaneous items for
hospitals/hostels/child
homes/ (utensils, linen etc.)
Full powers Rs.5.00 lakh
per annum
Full powers Rs.50.00 lakh
per annum
Full powers Rs.25.00 lakh
per annum
Full powers Full powers
Full powers Rs.10.00 lakh
Full powers Rs.50.00 lakh
Full powers Rs.50.00 lakh
Per annum
Rs.2.00 lakh Rs.1.00 lakh Rs.50,000
per annum per annum per annum
Rs.25.00 lakh - -
per annum
Rs.10.00 lakh Rs.5.00 lakh per Rs.3.00 lakh
per annum annum per annum
Full powers Full powers Full powers
Rs.5.00 lakh Rs.2.50 lakh Rs.1.00 lakh
Rs.25.00 lakh Rs.10.00 lakh Rs.5.00 lakh
Rs.25.00 lakh Rs.10.00 lakh -
per annum per annum
83
13 Repair & AMC of computer
and related items
14 Repair and AMC of office
equipment and furniture
15 Repair of vehicles
16 Repair and AMC of
machinery and laboratory/
hospital equipment
17 Write off losses
To sanction writing off in
respect of the following.
(i) Government goods
or money lost
(ii) Irrecoverable
departmental revenues
(iii) Irrecoverable loans
and advances
(In all such cases, the
authorised officer
shall record that the
loss has not been
caused because of
fraud or negligence)
Full powers Rs.20.00 lakh
per annum
Full powers Rs. 10.00 lakh
per annum
Full powers Rs.50,000/-
Full powers Rs.20.00 lakh
per annum
Rs.10,000 in Rs.5,000 in
individual case, individual case
subject to subject to
Rs.5.00 lakh Rs.2.00 lakh
per annum per annum
Rs.10.00 lakh Rs.5.00 lakh Rs.2.00 lakh
per annum per annum per annum
Rs.5.00 lakh per Rs.2.50 lakh Rs.1.00 lakh
annum per annum per annum
Up to Rs.30,000 Up to Rs.20,000 on Up to
on one vehicle, one vehicle, subject Rs.10,000 on
subject to to Rs.2.00 lakh per one vehicle,
Rs.5.00 lakh per annum subject to
annum Rs.50,000 per
annum
Rs.10.00 lakh Rs.5.00 lakh Rs.2.00 lakh
per annum per annum per annum
Rs.2,000 in
individual case
subject to _ _
Rs.50,000
per annum
84
18 Writing off goods
To sanction writing off or
disposal of the following
(i) Unusable goods Rs.10,000 in Rs.5,000 in one Rs.2,000 in one _ _
in government one case, case subject to case, subject to
store subject to Rs.1.00 lakh Rs.50,000
Rs.2.00 lakh per annum per annum
per annum
_ _
(ii) Perishable items Full powers 2% of the value 2% of the value
like plant, food of the item, of the item,
material, subject to subject to
consumables, Rs.1.00 lakh Rs.50,000
drugs, fertilizers, per annum per annum
etc.
(iii) Unusable books Full powers Full powers Full powers Full powers Full powers
and periodicals.
(iv) Obsolete or Full powers Rs.10,000 in one Rs.5,000 in one -- --
unserviceable case subject to case subject to
equipment Rs.5.00 lakh Rs.1.00 lakh
per annum per annum
(v) Vehicles beyond Full powers _ _ -- --
economic repair,
subject to
certification by
the RTO
(Subject to certificate by
the competent authority
that the condition of
obsolescence, expiry, or
unserviceability has not been caused by negligence in planning,
procurement or maintenance)
85
19 Advertisement.
(i) To sanction publishing of
official advertisements
subject to guidelines from
Department/Directorate of
Information and Publicity,
and also subject to
availability of grants for this
purpose.
(ii) To sanction printing of
publicity material under
government programmes
20 Hiring of vehicles at rates
approved by DPAR/
Transport Department
Rs.50,000 in Rs.20,000 in one Rs.10,000 in one
one case, case subject to case subject to
subject to Rs.2.00 lakh per Rs.1.00 lakh per
Rs.10.00 lakh annum annum
per annum
Full powers Full powers Rs.10,000 in one
case subject to
Rs.1.00 lakh
per annum
Full powers Rs.20,000 p.m. Rs.10,000 p.m.
at a time subject at a time subject
to Rs.100,000 to Rs.50,000
per annum per annum
Rs.5,000 in one
case subject to
Rs.50,000
per annum
Rs.1,000 in one
case subject to
Rs.10,000 per
annum
Rs.5,000 p.m. at a
time subject to
Rs.50,000 per
annum
Rs.1,000 in
one case
subject to
Rs.10,000
per annum
Rs.500 in one
case subject to
Rs.5,000 per
annum
Rs.2,000 p.m.
at a time
subject to
Rs.25,000 per
annum
86
21 Training
To sanction training
programmes, and incur
expenditure on honorarium,
transport, training material,
contingency, etc. subject to
the programme being
authorised under some
approved scheme.
22 Advances
(i) To sanction tour advance
(ii) To sanction house
building advance as per rules
and subject to allotment
(iii)To sanction vehicle
purchase advance as per
rules and subject to allotment
23 Hiring of building in
consultation with PWD/Rent
Controller
Full powers Rs.20,000 at a Rs.10,000 at a
time, subject to time subject to
Rs.2.00 lakh Rs.1.00 lakh per
per annum annum
Full powers Full powers Full powers
Full powers Full powers Full powers
Full powers Full powers Full powers
Rs.50,000/- for Rs.25,000/- for a Rs.20,000 for a
a building for a building for a building for a
month month month
Rs.5,000 at a time
subject to
Rs.50,000/- per
annum.
Full powers
--
--
Rs.10,000 for a
building for a
month
Rs.2,000 at a
time subject to
Rs.20,000 per
annum
Full powers
--
--
Rs.5,000 for a
building for a
month
87
24 Exhibition
To sanction expenditure for
participating in Dasara
Exhibition or similar activity
of creating awareness.
25 Hiring manpower
Subject to guidelines from
DPAR/FD, and subject to
vacancy of posts or
availability of grants for
service-outsourcing
26 Refunds
To sanction refund of
revenue including fees, fines,
etc. and to refund wrong or
excess credit, subject to the
claim being established with
authenticated documents
27 Countersignature of AC bills,
etc. subject to budgetary
limits and appropriate
authorisation. Up to Rs.2
lakh, the authorization can be
given by the Controlling
Officer. For A.C. bills above
Rs.2 lakh, the authorization
has to be obtained from the
Finance Department.
Full powers Rs.50,000 per
annum
Full powers --
Full powers Full powers
Full powers Full powers
Rs.25,000 per Rs.5,000 per annum ---
annum
- - -
Full powers Full powers Full powers
Full powers Full powers Full powers
88
28 Reappropriation
To sanction reappropriation from one
detailed head of account to another
within the same major head in the
Departmental budget provided it does
not involve.
a) A diversion of provision from
the plan to non-plan items.
b) Diversion of provision for
schemes eligible for assistance
from central Govt. or other
institutions to other schemes.
c) The undertaking of a recurring
liability
d) An increase in the allotment
for secret service expenditure
e) Expenditure on a new service.
f) An increase on an item the
provision for which has been
specifically reduced by a vote
of the legislature.
g) From charged item to voted
and vice-versa.
h) Diversion of funds for
purposes other than that
provided in the Budget (Article
308 to 314 of KFC)
General Conditions:
Rs.5.00 lakh
between two units
of appropriation
under same major
head and within
same demand.
_
_ _ _
1. All relevant rules, procedures and instructions under the Karnataka Transparency in Public
Procurement Act, 1999 and Rules, shall be followed to ensure transparent and cost-effective
procurement.
2. All procurement should be within the annual approved budgetary grants. Delegated powers
including ‘Full Powers’ are to be exercised subject to that limit.
89
3. It will be the responsibility of the officer exercising the delegated powers to ensure that the items of procurement are essential and that the process being followed is as per the KTPP Act and Rules so as to make quality procurement at competitive prices.
4. This order of delegation of financial powers does not supersede economy orders issued by Finance Department. Similarly, specific orders from e-Governance on procurement of computers, from DPAR on purchase or hiring of vehicles, outsourcing etc. need to be
followed.
5. For new schemes, only after approvals at all levels and issue of Govt. Order regarding
operationalising the scheme, these delegations will apply.
6. These delegated powers cannot be further subdelegated by the departments.
90
Sl. Description of power Heads of Divisional District level Sub-Divisional Taluk level
No. Department level officer officer level officer officer
1 2 3 4 5 6 7
KCSR:
29 To authorize subordinate Full powers Full powers Full powers Full powers Full powers
Government servants to
proceed on duty beyond the limits of their charges but
within the State (vide rule 16(a)
of KCSRs)
30 To authorize subordinate 1) Non 15 days in 15 days in case of
Government servant to proceed Gazetted Full case of non- non-gazetted
on duty beyond the limits of powers gazetted
their charges outside the State 2) Gazetted
within India (vide Rule 16(b) of 15 days KCSRs)
31 To sanction the acceptance of Full powers Full powers Full powers Full powers Full powers
remuneration by Government
servants under their control for
work as examiners for various
examinations conducted by
Government departments or
bodies set up by Government or
Universities within the State in
accordance with the scales
sanctioned (vide Rule 28(d) of
KCSRs).
91
32 To sanction the acceptance of Full powers Full powers Full powers --- ---
fees by Government servants (NGOs) (NGOs) under their control from a private person, a private body or a public body whose funds
are administered by
Government when not covered
by any rules, special or local
law or orders of Government (vide Rules 28 and 29 of KCSRs).
33 To sanction in-charge
arrangements in posts which are
vacant or the incumbents of
which are absentees and the
filling up of which requires the
sanction of a higher authority
(vide Rule 32,68,192 & 196 of
KCSRs) Government servants
who are in the scale of pay of:
a) Rs.14050-25050 and 4 months 3 months 2 months --- ---
above
---
ii) Rs.10800-20025 and 6 months 4 months 3 months 2 months
above but below
Rs.14050-25050
iii) Rs.4800-7275 and above Full powers Full powers Full powers Full powers Full powers
but below Rs.10800-20025
92
34 To sanction, the extension of
joining time to subordinate non-
gazetted Government servants
(vide Rule 86 of KCSRs)
35 To sanction maternity leave to
married female Government
servants (vide Rule 135 of
KCSRs)
i) Gazetted
ii) Non-gazetted
36 Sanction of leave other than
special disability leave to
subordinate Government
servants (vide Rule 192 and
196 of KCSRs);
Government servants who are
in the scale of pay of:-
i) Rs.14050-25050 & above
ii) Rs.10800-20025 but
below Rs.14050-25050
iii)Rs.4800-7275 & above
but below Rs.10800-20025
Note: The powers to sanction
leave as above includes the
powers to sanction leave
preparatory to retirement but
does not include the powers to
refuse earned leave applied for
as leave preparatory to
retirement.
Upto 15 days Upto 15 days --- --- ---
---
Full powers Full powers Full powers Full powers
Full powers Full powers Full powers Full powers
4 months 3 months 2 months
6 months 4 months 3 months 2months ---
Full powers Full powers Full powers Full powers Full powers
93
37 Sanction of encashment of
earned leave once in block
period of two years in
accordance with rule 118 of
KCSRs.
38 Encashment of earned leave at
the time of retirement or at the
time of death while in service in
accordance with rule 118(A) of
KCSRs.
39 To sanction disbursement to
subordinate non-gazetted
Government servants of arrears
of leave salary arising as a
result of the sanction or
communication of leave more
than one year from the date of
relief (vide rule 198 of KCSRs)
40 To order the retirement on invalid pension of non-gazetted
Government servants appointed
by them or by a lower
authority, who by bodily or
mental infirmity are
permanently incapacitated from
the public service (vide rule
273 of KCSRs)
41 To sanction in exceptional
cases, road metreage both ways
for road journeys made by
subordinate Government
servants between places
connected by rail vide (rule 462
(h) of KCSRs)
Full powers Full powers Full powers Full powers Full powers
Full powers Full powers Full powers Full powers Full powers
Full powers Full powers Full powers Full powers Full powers
Full powers Full powers Full powers --- ---
Full powers Full powers --- --- ---
94
42 To sanction daily allowance for
halts on tour exceeding 10 days (i)30 days in (i) 20 days in (i) 15 days in case
case of case of of Gaz officers
at a place to subordinate Gaz. Officers Gaz officers ------ -----
-
(ii)60 days (ii) 30 days
Government servants (vide rule (ii) 90 days in case of in case of
516 of KCSRs) in case of Non- gaz Non- gaz
Non-Gaz
43 To allow subordinate
Government servants on
transfer, the actual cost of Full powers Full powers Full powers Full powers Full
powers transport by rail or other
craft or their conveyance at owner’s
risk (vide rule 532 (3) (A) (1)
(4) (2) of KCSRs)
(C. SHAMARAO)
Deputy Secretary to Government
Finance Department,(FR& BCC).
95
1
CASE 1 :
Terms and Conditions in a Notice Inviting Tender
A short term tender notification was published as under:
SHORT TERM TENDER NOTIFICATION dt. 9-11-2009
Sealed tenders in duplicate are invited from Class I Licensed Electrical
contractor issued by Government of Karnataka.
(1) Name of the work: The work for strengthening the existing earth
mat at 66/11 KV sub-station X, in Y (Tq), Z (Dist.). Approximate
cost of estimate : Rs. 22,72,809/- EMD : Rs. 50,000/- Tender
Book cost (including 4% VAT) Rs. 520/-
(2) Name of the work : The work for providing new earth mat with
electrodes of existing 66/11 S/S A. Approximate cost of estimate :
Rs. 25,76,935.- EMD : Rs.51,540 Tender Book Cost (including 4%
VAT): Rs. 520/-
Terms and Conditions
Last date for receiving requisition for tender forms up to 24.11.2009
Issue of blank tender forms from 26.11.2009 to 27.11.2009 up to
12.00 Noon.
Due date and time of receipt of sealed tender 03.12.2009 up to
12.30pm
Date and time of opening the bids 03.12.2009 at 4.00p.m or next
working day.
The bidder should produce experience certificate for having completed
single similar type of work amounting to 80% of the amount put to
tender satisfactory in electrical companies
Average annual turnover for the best of one year out of last three
years of the firm should be at least twice the cost of the amount put to
tender.
Proof of the above documents should be shown at the time of
requisition for blank tenders
Blank tender forms shall not be sent by post.
EMD shall be drawn in favor of the undersigned in the form of DD
payable at State Bank of India, payable at Z only.
2
Undersigned reserves the right to accept or reject any or all bids
without assigning any reason
Any other information in this regard can be had from this office
during working hours.
Note: If the date specified above is declared to be holiday then the
next working day shall be considered.
Sd/-
Tender inviting authority
Audit observation
(A) During audit it was observed that the minimum period as stipulated
in the Act is not provided as per KTPP rules 17(1). Which is against
the provision of KTPP Rules the DDO has replied to the audit enquiry
that proper sanction was obtained to reduce the minimum period and
the objection may be dropped.
Analysis
“Any reduction in the time stipulated under sub rule 17(1) (KTPP Rule)
has to be specifically authorized by an authority superior to Tender
Inviting Authority for reasons to be recorded in writing”.
An order of the authority superior to the tender inviting authority was
obtained in the file by TIA, for the reduction of minimum period, as such
the Min period of 30 days not given and hence it is not against the
provisions of KTPP Act.
Questions
1. What is the minimum period prescribed under the Rules?
2. Procedure to be followed to reduce the prescribed minimum period?
(B) The Audit observed that only two days from 26-11-2009 to 27-11-
2009 was provided for issue of tender documents which is against the
spirit of KTPP Act.
Analysis
As per circular PWD140 SO/FC 2003 dated 01-09-2003 the tender
documents should be made available for the entire period provided for
the submission of tenders as per KTPP Rule 17. For this purpose the
TIA’s shall prepare adequate number of copies of the tender documents
3
and issue as per KTPP Rule 13 from the date of publication of NIT up to
the pre declared time on the working day previous to the day fixed for
submission of tenders
In the instant case only two days are provided for issue of tender
documents. It is a clear case of violation of the KTPP Act and Rules and
attracts penal provision under Sec. 23 of the said Act.
Questions
1. Explain the procedure for the sale of tender document.
2. What are the penal provisions under the Act?
(C) Audit observed that the date of opening of tenders on 03-12-
2009 4pm or next working day mentioned in the notification is not in
accordance with the act, there cannot be any ambiguity for opening date
and time of the tender documents.
Analysis
The Employer will open all the Tenders received (except those
received late), including modifications made pursuant to Clause 14, in
the presence of the Tenderers or their representatives who choose to
attend at ........... hours on the date and the place specified in Clause 12.
In the event of the specified date of Tender opening being declared a
holiday for the Employer, the Tenders will be opened at the appointed
time and location on the next working day. The above instructions shall
be followed.
Questions
1. Is it mandatory to mention the time, date and place of opening
of tenders by the TIA? Explain the provisions.
(D) Audit observed that mandating satisfactory completion as a
prime contractor for at least one similar work to an extent of 80%
of the amount put to tender mentioned in the notification is
against the provision of the Act.
Analysis
In the government order FD 4 PCL 2008 dated 14-10-2008 the
work experience fixed up to one crore is 50% of the contract value. In the
4
model qualification criteria for works and goods the work experience
shall be defined, and it shall not be mentioned as “similar work”.
Questions
1. Define work experience of a tender?
2. Discuss the model qualification criteria.
(E) Audit observed that the average annual turn-over for the best
of one year out of last 3 years of the firm should be at least twice
the cost put to tender mentioned in the notification is against the
provision of the Act.
Analysis
In the government order FD 4 PCL 2008 dated 14-10-2008, to
qualify for award of this contract up to one crore the tenderer in the last
five years achieved in at least two financial years a minimum financial
turn over the value of which is not less than the estimated cost.
Questions
1. Discuss the commercial Qualification criteria as in the provisions.
(F) Audit observed that the practice of showing the proof of the
documents at the time of requisition for blank tenders is not required.
Analysis
As per Rule 13 of KTPP Act the tender inviting authority shall
ensure that the tender documents are made available to any person who
is willing to remit the cost of the document. Also Art 14 of the
constitution of India provides for equal opportunity to participate.
Questions
1. What is meant by Qualification criteria?
2. When the Q.C does has to be considered in the process of tender?
(G) Audit observed that prohibition to send Tender documents by
post is against to the provisions of KTPP.
Analysis : As per Rule 13 of KTPP Act the tender inviting authority shall
send by register post or courier the tender documents to any prospective
tenderer who makes a request for the documents on payment of cost
5
along with postal charges at the risk and responsibility of the prospective
tenderer.
Question
1.Up to what date the tender documents may be issued to intended
tenderers either by person or by post?
(H) Audit observed that restricting EMD only in the form of DD is
not correct.
Analysis
The EMD shall be submitted at the tenderers option, in the form of DD,
Certified Cheque, pay-order, from a nationalized / schedule bank and
specified small savings instruments as per the provisions.
Questions
1. Whether EMD can be paid in the form of cash?
2. Explain the accounting procedure with regard to receipt and
refund of EMD
(I) The Audit observed that, reserving the Right to accept or
Reject any or all bids without assigning any reasons is bad
in law.
Analysis As per Sec 14 of KTPP Act the Authority may at any time
before passing an order of acceptance reject all the tenders on the
ground of
changes in the scope of procurement
failure of anticipated financial resource
accidents
calamities or any other grounds
as may be prescribed which would rendered the procurement
unnecessary or impossible.
Question
1. Explain the circumstance under which the tenders were
cancelled/ rejected in your work place. Give example
6
CASE 2 :
Negligence in collecting securities
A local body has collected EMD, of 1% of estimated cost for the
work of 80 lakhs. The time stipulated for the completion of the building
work is 10 months. The tender accepting authority waived collection of
performance security deposit (PSD) on the basis of the request of the
contractor. The period of the work is extended for the delay in execution
on the part of the contractor for a period of 6 months. No liquidated
damages were levied. After the completion of the work the bill was fully
paid. During the rainy season the building developed defects resulting
additional expenditure of 5 lakhs. This expenditure was met out of
departmental funds and the defects were rectified during defect liability
period.
Audit observed that EMD was collected at 1% instead of 2% of the
estimated cost (up to 1 crore). The PSD was not collected at the time of
entering into agreement. Liquidated damages for the delay caused by
the contractor was also not collected.
Analysis:
1. EMD : Government in their order dated 14.10.2008 prescribed
the EMD to be collected for the contract amount between 20 lakh
and 1 crore to be 2% of the contract amount subject to a minimum
of 50,000/-. In the present case EMD of rupees 1.6 lakh has to be
collected instead, Rs. 80,000/- was collected which was 1% of the
estimated cost. Besides, in Rule 24 of the KTPP initial examination
has to be done to determine substantial responsiveness. In the
initial examination, the requisite earnest money deposit as per rule
is a factor that shall be considered. In case, on examination if it is
not substantially responsive the tenders shall be rejected. The
authority in accepting the tender with lesser amount of EMD
violated the KTPP Act and Rules
Questions
1. What is the percentage of EMD prescribed?
2. What is the minimum validity period of the EMD
3. What are the points to be considered during initial examination
of the tender?
7
2. Performance Security Deposit (PSD) : The Performance Security
Deposit of 5% of the contract price plus additional security of
unbalanced tenders has to be collected within 20 days of the receipt
of the letter of acceptance. In the present case the authority on the
request made by the contractor has waived the performance security
deposit. The PSD will be taken to cover the defects if any during the
defect liability period. The total PSD will be 4 lakhs in this case.
The defect liability period for all the buildings is 12 months. In
absence of the PSD the defects developed during the defect liability
period could not be rectified by the contractor and in this case an
expenditure of 5 lakhs made by the dept.
Questions
1. What action to be taken by the authorities when a contractor refuses
to pay the PSD?
2. When the PSD has to be collected and what is the minimum period of
validity?
3. Liquidated Damages. : If the work is not completed within the
period specified and the delay is attributed by the contractor, liquidated
damages has to be collected at 0.1 % of the total cost of the estimate for
the days of delay subject to a maximum of 10% of the cost of the
estimate. In this case the liquidated damages were not levied.
In the above case the executive authority violated the KTPP Act and
Rules thereby extending undue benefit to the contractor besides
incurring a loss to the institution.
During the defect liability period the defects developed and the
authority has to spend an additional expenditure of 5 lakhs. If the PSD
of Rs. 4 lakh was collected the expenditure on rectification of defects
should have been charged on that account. The delay in the execution
was on the part of the contractor. Hence Liquidated damages should
have been collected. This is a clear case of lack of integrity. This attracts
the provisions of KCS (CCA) Rules.
Questions
1. How to calculate liquidated damages for delayed supply of
goods and delayed execution of work?
8
Case 3 :
Procurement of Goods (Schedule of requirements)
An Institution “X” requires stationary material, computer
stationary, printing materials, files, folders, bags etc for its training
activities. The same materials are required for other two sister
institutions also. The requirement of the institutes is brought under one
package. The package is scheduled as A.B.C and D, and invited tender.
1. Stationary for office use A 25
2 Computer Stationary B 15
3 Files, Folders, Bags, executive bags, Suitcase C 18
4 Printing materials D 5
For the first two schedules 5 bidders participated and quoted for all the
items in the schedule and the response was good.
For the third schedule three bidders were participated. One bidder has
quoted for all the18 items and the other two have not quoted for all the
18 items.
In the 4th schedule all the 5 items were included giving specific code of
the manufacturer there by restricting the competition of the bidders.
During the evaluation of schedule A and B the technically and
commercially responsive lowest bidders were awarded.
During the evaluation of schedule C the one bidder who has quoted for
all the 18 items (20% above the estimated rates) was treated as
responsive tenderer and the contract was awarded to him. The other two
bidders are not technically qualified as such their bids were treated as
non responsive. During the evaluation of schedule D one bidder has
quoted for 4 items and the other bidders quoted for 3items, 2 items and
one item respectively. The bidder who quoted for 4 items was treated as
technically responsive tenderer and contract was awarded.
9
During audit the following observations were made regarding award of
schedule C
1. The quoted price was 20 % above the estimated cost which is
exorbitantly high.
2. As per the provisions of KTPP Act negotiations were not held
3. Not opting for fresh tender, after rejecting the said tender.
During the audit of 4th schedule it was observed that though the
bidder was not quoted for all the 5 items and non responsive the tender
was awarded to him. The specification adopted was manufacturer’s code,
which has brought down the competition. The specification shall be
generic in nature and not to favor any branded items. If the items are
treated as proprietary items codal provisions has to be followed. During
audit enquiry the authorities replied that the award was made due to the
urgency and who has quoted for maximum number of items compared to
others. The reply was not accepted and the objection drafted in the
Inspection report and sent to Head of the department for compliance.
Analysis of the case :
The Tenderer shall indicate on the Price Schedule the unit prices
and total tender prices of the goods it proposes to supply under the Contract. To this end, the tenderers are allowed the option to submit the tenders for any one or more schedules specified in the ‘Schedule of
Requirements’ and to offer discounts for combined schedules. However, tenderers shall quote for the complete requirement of goods and services specified under each schedule on a single responsibility basis, failing
which such tenders will not be taken into account for evaluation and will not be considered for award. (7.1 of ITT of S T D KG1)
The Purchaser will evaluate and compare the tenders which have
been determined to be substantially responsive, pursuant to ITT Clause
7 for each schedule separately. No tender will be considered if the complete requirements covered in the schedule is not included in the
tender. However, as stated in ITT Clause 7, Tenderers are allowed the option to tender for any one or more schedules and to offer discounts for combined schedules. These discounts will be taken into account in the
evaluation of the tenders so as to determine the tender or combination of tenders offering the lowest evaluated cost for the Purchaser in deciding award(s) for each schedule. (20.1 of ITT of S T D KG1)
As per the above provisions of the Act since one bidder has quoted for all the 18 items treating him as technically responsive is in order. At the
10
same time the DDO should have considered his commercial responsiveness also. The bids above 10% of the estimated cost is treated
as substantially high and the government order ( ) provides for negotiation. In case the bidder is not ready to bring down the bid price
nearer to market price the GO provides rejection of tenders and to invite fresh tenders.
It is observed that the DDO has furnished the reply for audit enquiry at the time of audit that the rates quoted was only 5% above the market rate as on the date of evaluation which is very well within the
limits as mentioned in the above G.O. Hence the bid was considered. The audit party should have accepted this reply and dropped the objection.
In the 4th schedule all the 5 items are proprietary items. As per
section 4(b) g the KTPP Act proprietary item (single source) are exempted
from the process of tendering.
While purchasing proprietary item the procedure mentioned in the Act is
to constitute a committee of 3 experts from
1. Technique representation of the organization
2. Technical representation of the Govt. organization dealing with
similar procurement and
3. Technical representation from a reputed academic or research
institute having expertise in such line to examine and declare the
goods are available from a single source.
As per the Act under 4(b) g exemption clause open tenders were
not required for 4th schedule. The items can be directly purchased from
the respective manufacturers. In the present case it is a procedural lapse
by not constituting a committee to declare the items as proprietary and
available in single source which will be followed in future. Accordingly
the compliance to inspection report (I R) may be furnished.
Questions :
1. What do you understand by Schedule of requirements?
2. What action to be taken in procurement of proprietary items?
11
Case 4 :
Specifications :
A contract was awarded for the strengthening of the road crust on a
high-way. One of the conditions of the contract was that the correction
layer in the built up Spray-gout (BUSG) and the strengthening layer in
the BUSG shall be laid simultaneously so as to avoid the provision of a
tack-coat in between. However, the two layers were not laid
simultaneously, and instead a tack coat was provided. This resulted in
an extra expenditure of Rs. 0.24 million on the tack coat. According to
the executing agency, it was necessary as there was heavy traffic on the
road.
Analysis: Two questions arise here, whether the traffic conditions
had been assessed earlier while laying down the specifications, and
whether the bids would have been the same if the tack coat was provided
in specifications. Improper or inadequate surveys, resulting in
unworkable specifications, are unlikely to draw reasonable bids. These
create grounds for a contractor to ask for more moneys as it can
justifiably state that the ground conditions are different from the survey
reports.
Question
1.Discuss the effect of Survey report in assessing the right
specifications.
Case 5 :
Over Specification
In an organization the technical experts recommended for
purchase of polyvenyl chloride pipes of 197 mm diameter and 2 mm
thickness. Tenders were floated, two tenders were received. One of the
tenderer has quoted for 197mm diameter and 3.2 mm thickness pipe and
the other has quoted for 197 mm diameter and 3.5 mm thickness pipe.
The tender accepting authority accepted the tender for 197 mm diameter
and 3.2 mm thickness pipe. There by incurring an additional
expenditure of 10 lakhs which is 55% above the estimated cost?
12
Audit observed that higher specification of goods than the
originally approved is purchased. The officer replied to the audit enquiry
that higher specification materials were purchased to ensure quality and
longevity. The reply was not accepted and audit report pointed out
purchase of higher specification of goods than the technically approved
goods is against the provisions of the KTPP Act which resulted in excess
expenditure to the organization.
Analysis :
The specification of 197 mm diameter and 2 mm thickness of PVC
pipe is approved by the technical committee taking into consideration the
volume of the water to be discharged, including the flow pressure of the
water. The reason given by the officer to purchase higher specification is
not justified in the light of KTPP Act.
The specification is drafted to permit the widest possible
competition and present a clear statement of minimum functional
specification of the goods. This is done with the objectives of economy,
efficiency and fairness. But the organization has purchased the material,
where the specification is superfluous thereby incurring an excess
expenditure.
Article 15 of the KFC envisages that the expenditure from public
fund is to be guided by the principles of propriety and efficiency. and
expected to enforce vigilance as a man of ordinary prudence.
Questions
1. How to write specifications incorporating the physical and
chemical properties?
2. Explain canons of financial propriety.
13
Case 6 :
Specification ( Supply of offset printing paper)
A Government organization placed an order on a firm to supply white
offset printing paper, in two installments. Supplies of both the
installments were found unsuitable; but the paper was purchased and
used for other purposes. No sample of the paper to be purchased has
been taken from the supplier.
Analysis: It is naive to believe that the general description of paper as
offset printing paper is good enough for purchases. There are standards
of weight, strength, whiteness, and other qualities of paper. Spending
some time on defining specifications in precise terms may avoid mishaps
like these.
Questions
1. Write specification of paper used for writing, Xerox?
Case 07 :
Inspections and Tests (Supply of Equipment)
Equipment was accepted after inspection as conforming to
specifications and 95 % cent of the payment was made. After
installation, the equipment was found much below specifications. It took
four years to update the equipment to specifications.
Analysis :
Suppliers may be satisfied with 95 percent payment. It is the
buyer who suffers for its inability to test equipment competency. Large
amounts should not be paid for critical and important equipment
without adequate performance guarantees. The Contractor is primarily
responsible to ensure that the goods are supplied as per Specifications
and deliver the goods in sound condition. The Departmental Officers
have to make periodical checks to ensure the quality of goods. The
Government is concerned over the deterioration in the quality of the
goods purchased. To assist the Departmental Officers to ensure quality,
quality control organizations have been set up and in some other projects
funded by International Donor Agencies, Supervision Consultants have
14
been employed. However for most of the supplies, the Departmental
Officers are responsible for ensuring the quality.
Third Party Inspection of Works and Supplies would ensure adherence
to quality standards, leading to value for money. This will also check
corruptive practices and instill public confidence in the system.
The Quality Supervision Consultant shall inspect the goods and
equipment during manufacture/before dispatch after receipt, assembly
and commissioning as per the terms of the contract and submit reports
along with prescribed checklists duly completed to the Purchaser.
Questions
1. What are all the quality control checks to be exercised to prevent
inferior quality materials?
Case 08 :
Inspections and Tests (Construction of a bridge)
A contract for the design and construction of a bridge over was awarded
to a firm at Rs. 10.4 million. A satisfactory completion certificate was
issued. The bridge was not opened to traffic as the executing agency
discovered major defects and damages such as cracks and sinking of
piers. Disciplinary action against the erring official was under progress.
The bridge was not open even by the time the audit report was presented.
Analysis:
Disciplinary action against erring officials may no doubt, be taken.
However, Preventive action is more important. This brings up the
following questions:
How are the works inspected during execution?
What documentation of inspection and laboratory tests is kept?
How credible is the integrity of the inspection agency?
Somehow, there is a belief that a certificate is all that is required;
though it may not even be worth the paper on which it is written If
effective inspection is not a part of the day-do-day work, the instances of
15
wastage of public moneys would recur often than they should. After all,
inspections are not dependant on one person alone. There may be
failures down the ladder. It is immaterial that all of it is due to the
collusive action of the contractor and the executing agency, or due to
sheer carelessness on the part of the inspecting agencies.
To overcome such instances Government brought the concept of third
party inspection. This is as follows:
(a) The appointment of independent Third Party
Inspectors designated Quality Supervision Consultants would go a long
way in assisting the Departmental Officers to ensure adherence to
quality standards in construction works and procurement of goods and
equipment;
(b) Third Party Inspection shall be mandatory in
respect of all works contracts of estimated value more than Rs.2 crore
and all goods and equipment contracts estimated to cost more than
Rs.25 lakhs for an item of goods and equipment;
(c) Reputed Quality Supervision Consultants (either
Individual of Firm) known for integrity and professionalism should be
appointed by following the procedures for procurement of Consultancy
services issued vide GO No. PWD 121 SO/FC 2003, Bangalore dated
26/9/2003 with amendments issued from time to time thereof. The
Terms of Reference should be well defined. Detailed Checklists, to be
completed by the Quality Supervision Consultants, should be prepared
(with the assistance of experts if need be) to ensure that the Consultants
perform their obligations satisfactorily;
(d) The employment of the Quality Supervision
Consultants could be either for one or more contracts for works or
procurement of goods and equipment or for procurement made in a term
or stipulated period for a Procurement Entity;
(e) Heads of the Department of the Government
Managing Directors of PSUs Boards/ Societies Local Bodies shall employ
the Quality Supervision Consultants and order payments to them on
satisfactory performance. The expenditure on the employment of the
Quality Supervision Consultants shall be charged to the cost of the
works and goods and equipment under procurement;
(f) The Quality Supervision Consultant shall inspect
the works periodically; submit reports along with the prescribed
16
checklists duly completed to the Employer for taking action with a copy
to the Secretary to the Government Managing Director of the
Corporation/Board/Society/Local body. Who will be responsible for
review of the Action Taken Reports of the Employer;
(g) The Quality Supervision Consultant shall inspect
the goods and equipment during manufacture/before dispatch after
receipt, assembly and commissioning as per the terms of the contract
and submit reports along with prescribed checklists duly completed to
the Purchaser with a copy to the Secretary to the Government/Managing
Director of the Corporation Board Society/Local body who will be
responsible for Review of the Action Taken Reports of the Purchaser;
(h) The employment of the Quality Supervision
Consultant and the inspections conducted by them shall not absolve the
primary responsibility of the Employer to ensure completion of works of
sound quality as per stipulated specifications and of Purchasers for
Procurement of goods and equipment of good quality as per stipulations
in the specifications. The Quality Supervision Consultants are there to
assist the Employer/Purchaser in discharging their primary
responsibility.
Questions
1. What are all the quality control checks to be exercised to prevent
poor quality works?
17
Case 09 :
Inspections and Tests (Ship Building)
A supplier manufactured a twin screw speed launch and delivered it to a
government department. Before delivery, a surveyor of the Mercantile
Marine Department had inspected it. When in use, the launch was
found to have several defects and deficiencies. One of the defects was
that the thickness of the steel plates used was less than the stipulated
one.
Analysis: Ship building requires good inspection at the construction
stage itself. The inspectors should be competent in their profession and
keep a signed, detailed documentation of inspection. The practice of
keeping records of what was checked should be insisted upon. Also third
party quality control measures to be adopted to ensure quality.
Questions
1. What are all the quality control checks to be exercised to prevent
inferior quality materials?
Case 10 :
Inspection of goods ( Late delivery of goods)
A supplier completed the supply of goods 26 weeks after the agreed date
of delivery. The buyer deducted Rs. 0.74 million for late delivery. The
arbitrator provided substantial relief to the supplier on two grounds.
The buyer’s failure to carry out inspection of the goods within seven days
of receiving the notice that the goods were ready for inspection. The
buyer took seven weeks to inspect the goods.
The failure of the buyer to quantify the loss suffered due to delays.
Analysis:
The contract clause for inspection of goods should be realistic. If a buyer
has to send its own employee for inspection, then it must consider the
distance between the place of work of the employer and the supplier.
The journey time, the contingencies of bureaucratic delays if it is large
organization, and non availability of qualified inspection staff at the
crucial time, have to be considered. If the time for inspection is provided
18
on a higher scale, then the bid price is likely to go up as the bidder’s
moneys will be blocked in the finished goods.
Time is the essence of contract. Commitment to quality and time by
both is the key to success of the contract.
Questions
1. What are the criteria to be considered while framing conditions of
contract for inspection of goods?
2. How to calculate liquidated damages for delayed supply of goods
CASE 11 :
Quality control : (Warranty Clause)
Out of 52 blood storage refrigerators (Cabinets), 40 proved
defective as these were not able to maintain the required temperatures
for blood storage. The supplier stated that it would repair the cabinets if
these were brought to any of the three designated places. Further, it is
asked for service charges for the cabinets already repaired or to be
repaired. The cost of defective cabinets was Rs. 0.75 million.
Analysis : This case highlights the need for quality checks and assurance before selecting a product. 40 out of 53 items being defective
casts a long shadow on the reliability of procurement methods and the quality assurance programme set up by the supplier.
The Purchaser or its representative shall have the right to inspect and/or to test the Goods to confirm their conformity to the Contract specifications at no extra cost to the Purchaser. The Technical
Specifications shall specify what inspections and tests the Purchaser requires and where they are to be conducted. The Purchaser shall notify the Supplier in writing in a timely manner of the identity of any
representatives retained for these purposes. If any inspected or tested Goods fail to conform to the
specifications, the Purchaser may reject the goods and the Supplier
shall either replace the rejected Goods or make alterations
necessary to meet specification requirements free of cost to the
Purchaser.
The following warranty clause shall be included in the conditions of
contract
19
The Supplier warrants that the Goods supplied under this Contract are new, unused, of the most recent or current models and
that they incorporate all recent improvements in design and materials unless provided otherwise in the Contract. The Supplier
further warrants that all Goods supplied under this Contract shall have no defect arising from design, materials or workmanship or from any act or omission of the supplier, that may develop under
normal use of the supplied Goods in the conditions prevailing in the State. This warranty shall remain valid for 12months after the Goods
or any portion thereof as the case may be, have been delivered to and accepted at the final destination indicated in the Contract.
Questions
1. How does a buyer ensure that a product is up to the specifications in critical areas like blood preservation?
20
Case 12 :
Fraudulent claim of M/R bills
A Taluka level officer with a cadre strength of 30 officials claimed
M.R bills for all its employees and their dependents up to a tune of 60
lakhs in a financial year 2009-10. The Gazetted manager in the District
level office is the countersignature authority for M/R bills. The following
observations were made by Audit.
1. The Medical attendant has diagnosed the disease as “Lower
Respiratory Infection” in all the M/R bills and prescribed same 2
medicines for all the employees and their dependents.
2. The vouchers presented to audit to a tune of 60 lakhs are found to
be fictious as the medical shops does not exist.
3. No records were maintained in the countersigning office for the
receipt countersignature, dispatch of M/R bills.
4. It was observed that these M/R bills were presented only when the
regular Gazetted Manager was on leave and got countersigned by
the in charge G.M
5. Three employees of District level office and Taluka level office were
placed under suspension and a Departmental enquiry is in
progress.
Analysis:
The Drawing officer who signs the M/R bills shall exercise the
same vigilance as a man of ordinary prudence, spending his own money.
The DDO is further responsible for seeing that whether the rules
regarding preparation of bills are followed.
The countersigning officers shall satisfy the necessity of the claim
and proper voucher. In the instant case all the employees in all the M/R
bills claimed the same medicine for the same diseases and the
countersigning officer has not observed this, which leads to negligence.
The Drawing officer or the countersigning officer at no point of
time refer the matter to medical board to verify the authenticity of the
same type of medicine to same type of disease for all the 30 employees
21
up to a tune of 60 lakhs and their dependents. This shows the
negligence of both D.D.O & Controlling officer in handling public money.
The controlling officer shall maintain a check register for
countersigned medicine bills drawing officer-wise when there is huge
amount of M/R bills from a single office as seen from the check register
and also from monthly expenditure statement the controlling officer has
not exercised his power as stipulated in Article 3 of KFC.
The C/o should have taken care while placing the superintendent
in charge of Gazetted manager. While assigning the work only
supervisory works should have been given and not countersignature of
the bills .
This is a clear case of lack of integrity on the part of drawing and
disbursing officer and countersigning officer. Authorities shall take
disciplinary action as per CCA Rules 1957 for the act of misconduct and
to recover the embezzled amount.
Questions
1. What are all the rules to be followed by DDO while preparing
M.R. bills?
2. Discuss internal checking mechanism to be adopted by the
controlling officer while countersigning the M. R. bills.
22
Case 13 :
Embezzlement of Scholarship Amount:
The scholarship amount for the students is allotted to Taluka Level
Officer through the District Officer of a Department. The Taluka officer
shall obtain list of students who are eligible for scholarship from the
Heads of Educational Institutions and a cheque has to be drawn and
paid to the Head of the Educational Institutions for Disbursement of
Scholarship to the students. The Head of the Institution shall obtain
acknowledgement from the students and send the same to Taluka level
officer for record.
Audit observed in one of the Taluka Level Office, that they have opened
three SB Accounts in State Bank of Mysore and have drawn 20 lakhs
scholarship amount from the PD accounts in the Treasury and deposited
the same with the SB accounts. Subsequently Rs. 17 Lakhs was drawn
on self cheques from the SB Account. There were no records to show the
disbursement of scholarship to the students.
During Audit enquiry it was found that four officers were in charge of the
office during the said period. All of them stated that the signature on the
cheques does not belong to them.
Audit observed that
All the transactions were not entered in the cash book though cash
book is a primary record of financial transaction.
Check books was not in the custody of the DDO
Reconciliation of the funds with reference to cash book, bank
account, PD account were not done, which is against Art. 3 of KFC.
The list of students from the Head of the Institutions is not
available to audit and also acknowledgment of the students are not
furnished to audit.
Analysis:
As per KFC 329(ii) all monetary transactions should be entered in
the cash book as soon as they occur and attested by the Head of the
office in token of check. As seen from the audit observation & records it
is evident that the Head of the office has not followed the rules
prescribed in KFC and it is a clear case of negligence.
23
As per Art 67 of KFC each cheque book must be kept under lock
and key in the personal custody of the drawing officer. When a transfer
of charge takes place a note should be written over the signature of both
relieved and relieving officer showing the no. of unused cheques and
cheque books made over and received on transfer by them respectively.
A note should be made in the cash book or other permanent register in
which the expenditure for which cheques are drawn is recorded.
As seen from the above all the four Taluka level officer who were in
charge of the office during the incident took place are personally held
responsible for the act of negligence for violating the codal provisions.
As per 286 of KFC the remittance to the Bank are made without
details and withdrawals are made only on cheques. Each administrator
is furnished with a monthly extract of his account as appear in the bank.
The Bank transaction with reference to the cash book has to be
reconciled. If the reconciliation with ref to Art 286 is done by the DDO
the fraud should have been come to the notice to the DDO earlier.
As per Art. 396, when there is a reasonable suspicion that a
criminal offence has been committed in respect of any public money this
should have been reported at once to the police and to head of the
Department.
This is a clear case of lack of integrity and negligence on the part of
drawing and disbursing officer and controlling officer. Authorities shall
take disciplinary action as per CCA Rules 1957 for the act of misconduct
and to recover the embezzled amount.
Questions
1. Explain the responsibility of the DDO in maintaining the Cash
Book as laid down in KFC.
2. What action to be taken by the DDO in case of loss of public
money?
3. Explain the procedure involved in reconciliation of the accounts
24
Case 14:
A case on Consultancy services (Success Story)
Government of India sanctioned construction of a Comprehensive
building consisting of 120 Hostel Rooms 8 Training Halls, Dining Hall,
Parking facilities and longue to training Institute at a cost of 19 Crores.
The institute does not have engineering section to look into the
activities of construction. A building committee with Chief Architect,
Superintendent Engineer of the Circle, Superintendent Engineer of the
municipal corporation, EE of KEB under the chairman ship of the Head
of the Training Institute was constituted, with provision to co-opt
members required for the activities of the construction.
The Building committee discussed the option to keep the amount
in public works department under deposit contribution, or appointment
of consultant and inviting tenders for contract. The committee decided
for appointment of consultant and to go for construction.
Under the provisions of 28B of KTPP Rules 2000 tenders were
invited for the appointment of consultant prescribing the objectives and
scope of services. Standard Tender documents KC8 was used, the
criteria being least cost selection, Lump sum payment as the cost of the
consultancy is more than 10 lakhs.
The Qualification criteria prescribed is as follows.
I. Specific Experience
1. Consultancy provided for the work of construction of the building
of the above type with G+5 as a total consultant. The cost of the
building being 16 crores.
2. Experience Certificate for having executed project management
within a stipulated time, for the total cost of Rupees 30 lakhs.
3. Submission of the conceptual design of the building.
II. Adequacy of proposed work plan and methodology.
1. Methodology proposed
2. Quality Assurance.
25
III. Qualification and competence of the Key Professionals (CV’s)
1. Project manager
2. Architect
3. Structural Engineer
4. Engineer in charge of water supply, sewerage.
5. Site Engineer
The minimum technical score require to pass was 75%. The precise
statement of objectives of the assignments and the outline of the task to
be carried out are as follows.
Precise statement of objectives of the assignment:
1. To provide consultancy services / consultation work for getting
latest technology and methodology.
2. To assist the client in implementing the project as phased.
3. To implement the project economically, effectively and in a time
bound manner.
Outline of the tasks to be carried out (Scope of the services)
The Architect shall provide services in respect of the following
assignments.
1. Architectural design.
2. Structural design
3. Sanitary, Plumbing design, Water supply and sewage works.
4. Electrical work
5. Painting, Ventilation and air conditioning work
6. Acoustical work
7. Interior design
8. Landscaping
9. Site Development
10. Project Management
11. Supervision of the work including taking measurements
12. Quality control
13. Approval of plan by statutory bodies wherever required.
26
Schedule of Services :
Prepare conceptual designs with reference to requirements
given by the client and prepare approximate block estimates of
cost and to submit two sets of the same for approval of the
client.
Modify the conceptual designs, if required with reference to the
requirements of the client and prepare approximate block
estimates of cost and to submit two sets to the client for
approval.
On receiving approval of the client to the conceptual designs,
prepare and submit two sets of drawing for sanction from
statutory bodies and technically assist in the formalities.
Prepare and submit six sets of detailed drawing with
specifications and schedule of quantities sufficient to prepare
estimate of cost and preparation of the estimates.
Assist in for pre qualification of contractors.
Prepare and submit 8 sets of working drawings including
detailed specification and schedule of quantities and also other
documents sufficient to invite tenders.
Assisting for preparation of tender document and finalization of
tenders and execution of agreement with the successful
tenderer and issue of work order.
Prepare and submit 8 sets of further working drawing and other
details sufficient to commence the work at the site and proper
execution during construction work, details of work plan,
methodology for completion of the project as per time schedule.
Day to day supervision of work at the site including quality
checking of materials brought to site for use in the project.
Submit quality control measures planned and quality control
test results of the construction.
Be present at the site of work and provide periodical supervision
and also to interpret the drawing specifications and to attend
meetings called by the client.
Take measurement / Joint measurement of the work with the
contractor and to obtain bills, certifying the work and to
recommend for payment to the contractor.
On completion of the work prepare and submit two sets of
drawings incorporating revisions.
27
Total project management right from conceptual stage till
completion along with planning the time schedule.
Prepare and submit Completion Report and Utilization
Certificate
Schedule execution of project, watching shortcomings, if any
and suggest remedial measures thereon. Carryout periodical
review of the construction work schedule and advice on delay in
implementation for corrective action.
Furnish Inspection report of work plan of all the works and
monthly progress report.
5% of the consultancy services as S.D to ensure quality of work
will be deducted in recurring bills apart from EMD and the
same will be held for a period of three years from the date of
completion of project.
The terms of payment to the consultant is as follows,
Sl. No. Description of Items Fees Payable
1 Along with letter of Intent 5%
2 On finalization of Master plan, concepts for services and line
estimates
15%
3 On issue of Tender Documents 10%
4 On award of construction contract 10%
5 On progressive submission of Working
drawings
50%
6 On completion of the scope of work 10%
Total 100%
Short listing of consultants was proposed and a pre bid meeting
was called accordingly and many points raised were clarified.
The important among them were quantifying the qualifications of
key professional, which was not projected at the beginning of the tender
processes. In the meeting it was clarified that in all the cases engineer
degree with 5 years field experience will be treated as minimum unit and
will be awarded 5 marks and every additional 2 years experience with 1
marks each will be given. However for post graduate qualification 2
additional marks will be given.
The institute was able to go for a best and suitable consultant by
drafting carefully the objectives of the assignment and the outline of the
task to be carried out. This was also dependent on the Q.C prescribed
28
for selection of the consultant. The institute needs a total management
consultant with all its technical aspects and execution including the
methods of Q.C and also best methodologies for day to day activities of
construction.
The 3 firms short listed were
1. Karnataka state PSU Firm ‘A’ 2. A private Consultant organization Firm ‘B’ 3. Government of India enterprises Firm ‘C’
Technical evaluation
A technical scrutiny committee constituted to scrutinize the tender
document and to evaluate on the basis of the Q.C and Documents
furnished by the consultants. The committee awarded the marks as per
the qualification criteria prescribed in the tender document.
I. Specific Experience
Basic Marks
Firm ‘A’
Firm ‘B’
Firm ‘C’
1 Similar construction work executed
Basic Work 3
Work executed as consultant 4
7 3 0
2 2
3 3
2 Experience for having executed
project management
Basic work 3 Work executed as consultant 4
7 3
0
3
2
3
2
3 Conceptual Design
Basic 3
Work Execution 3
6
0 0
3 2
3 3
II. Work Plan & Methodology
1 Methodology Proposed 15 No
Proposals 10 08
2 Quality Assurance 15 No
Proposals 10 08
III. Qualification (QC)
1 Project Manager Qualification
Experience
5 5
3
3
3 3
4 4
2 Architect Engineer
Q E
5
5
3 5
3
5
3
5
3 Structural Engineer
5 5
5
5
5 5
5 5
4 Engineer
Q
E
5
5
5
5
5
29
5 5 5
5 Site Engineer
Q E
5 5
5 5
5 5
5 5
50 78 79
Firm ‘B’ and Firm ‘C’ are technically qualified as they have scored more
than 75% as per Tender conditions.
Out of the two qualified Consultants Firm ‘B’ quoted 4.5 and Firm ‘C’
Quoted 4.9%. Contract was awarded to Firm ‘B’.
The consultants Firm ‘B’. Assisted in the preparation of Tender
Documents and finalized the tender in favor of Contractor ‘X’ who was a
successful bidder. The building completed within the stipulated time of
18 months. The building was constructed as per schedule both on the
basis of bar chart, PERT chart, land mark progress and also quality
assurance on time and handed over the building.
During the defect liability period no defects identified and the PSD
collected from the contractor was returned. There is no audit observation
on this project. The main feature for success is as follows.
The terms of reference was drafted to meet all the performance
requirement of the consultant.
Statement of objectives and outline of the task to be carried out by
the consultant.
Qualification criteria prescribed for the consultant
Technical committee is constituted to evaluate for the selection of
the consultant based on Q C
Methodology as approved by the client for contract management
Methodology proposed for quality assurance.
Prequalification of the contractors
Finalization of Q.C of contractors
Preparation of estimates as pre actual by the consultants
Finalization of the contract
Approval of the concept design plan & estimate.
Furnishing working plan in advance to the contractor.
Day to day supervision of the work at the site including Quality
Checking of materials brought to site and quality control test
results of the construction.
30
Interaction with third party quality control and implementing the
suggestions.
Taking measurements & joint measurements.
Preparation of bills.
Timely payment of bills by the institute.
Questions
1. How to frame Qualification criteria?
2. What is meant by scope of service?
3. How to manage consultancy and contract?
31
Case 15 :
Healthy Returns: (Best practice)
A regional deal for medical equipment is set to go nationwide and
save the NHS £ 15 million.
Project to buy equipment for hospitals in the North West in UK
which is now being extended throughout the NHS looks very much like a
textbook case of good purchasing practice.
The Pennine Acute Hospitals NHS Trust won the public sector –
local award for its purchase of endoscopy equipment. (Used to examine
patients internally to spot several diseases, particularly cancer) while
supplies manager David Scott was awarded the CIPS Purchasing and
Supply Management Professional of the Year.
While examining a list of medical and surgical items due to be
purchased, Scott noticed that endoscopy products had been bought from
the same UK supplier for no less than 27 years without ever being put
out to tender.
Seven flexible video endoscopes were initially due to be replaced at
a cost of £ 190,000. So Scott set about testing the market by putting the
contract out to tender, and it soon became clear that there were new
players in the market offering cheaper and better products.
The tendering exercise revealed that the best deal meant 12 new
endoscopes could be brought with a saving of 37% on the incumbent
supplier’s price.
The new equipment needed less maintenance and was more
reliable, meaning fewer cancelled appointments. And its slimmer design
meant it was more comfortable for patients.
The new endoscopes, however, would not work with the old
equipment in the examination rooms at the hospital. But the deal with
the new supplier meant a room could be completely re-equipped at lower
cost than the endoscopes alone from the old supplier.
Throughout the process, Scott managed the change by organizing
meetings with medical and nursing staff. They were not the easiest
groups to impress, he says, but all concerned were soon convinced.
32
The new equipment was commissioned and was soon being
enthusiastically used. The exercise had been a clear success and was
repeated the following year, saving £ 300,000 over the seven year life
cycle of the equipment.
Discussing all this with his colleagues in other trusts, it soon
became evident that the same situation existed throughout the NHS.
Scott decided to extend his findings to other trusts in the North West.
Several joined forces to form a consortium, saving a combined total of £
1.5 million, or about half their spending on the equipment over seven
years.
The Judges in the public sector local category of the CIPS Supply
Management Awards 2003 said the project was “an excellent example of
one purchasing department challenging the status quo and stimulating a
change in attitude throughout the sector”. One Judge with specialist
knowledge of the NHS said it was “the best thing that has happened in
health service purchasing for a long time”.
When awarding Scott his individual prize, the judges said he had
“demonstrated an excellent approach to analysis and problem-solving,
stake holder management and team skills, high presentational quality
and clear tangible delivery”.
Scott is proud of the awards and the work he put in. “I was
absolutely thrilled when colleagues in the region said they were keen to
work with me on this” he says.
“Our raison d’être in the NHS is to get the best for patients, so it’s very
nice to feel I’ve been able to do my little bit.” Working on this project and
winning the wards has been the highlight of my career”.
{Winner CIPS Purchasing and Supply Management Professional of the
year David Scott (The Pennine Acute Hospitals NHS Trust)}
Questions
1. Discuss the importance of open tenders, packaging, and
consortium in procurement
33
PROCEEDINGS OF THE GOVERNMENT OF KARNATAKA
Subject: Procurement of Works- Use of Standard Tender Documents
Preamble:
Rules regarding Procurement of Works are contained in the
Karnataka Transparency in Public Procurements Rules, 2000. Chapter
IV deals with tender documents. Para 167(1) of the Karnataka Public
Works Department (KPWD) Code Volume I specifies that contract for
works estimated to cost more than Rs.25, 000 should be prepared only
on regular Contract Form No. PWG-65. This document with little or no
modification is widely used by all Government Departments and some
PSUs, Municipal Corporations and local bodies. The document is the
same for all values of contract. However some PSUs have made
considerable changes in PWG-65 and are using the same for their works
contracts of large value. Some of the provisions of the Contract Form
PWG-65 are at variance/ do not conform with the provisions of the
Karnataka Transparency in Public Procurements Act 1999 and Rules,
2000. In addition, Circulars/Orders on various aspects of Procurement
have been issued in the recent past, which need to get reflected in the
tender documents. At present there is no prescribed pre-qualification
document. The Departments and PSUs executing large works have
devised their own pre-qualification documents with wide variations. In
order to ensure consistency across all Procurement entities in the State,
mandating of standard tender documents for Works has been under the
consideration of Government for quite some time now.
The Working Group constituted vide Government order No. PWD
1359 SO/FC 2001 dated 14/8/2002 reviewed the draft tender
documents for Procurement of Works. The Sub-Committee under the
Chairmanship of Secretary to Government, PWD, constituted by
Government order No. PWD 122 SO/FC 2003 Bangalore dated 8/5/2003
to examine and make recommendations regarding various aspects of
Procurement reforms in the state reviewed and finalized the draft tender
documents for works and made its recommendations. The Standing
Committee for Procurement reforms constituted vide Government order
No. PWD 1359 SO/FC 2001 dated. 5/8/2002 examined the
recommendations of the Working Group and Sub-Committee and decided
to place the draft tender documents on the website of Finance
Department and solicit comments and suggestions. Accordingly the draft
34
tender documents were hosted on the web site of the Finance
Department and a circular was issued vide No.PWD 141 SO/FC dated
29th
August 2003 requesting for comments and suggestions.
The standing committee considered the comments and suggestions
received in its meeting held on 13-4-2005; and has recommended to
government mandating the forms from 1-8-2005.
The Government have examined the recommendations. It is felt
that the works documents are tried out for a period of six months so that
any problems encountered in use of these documents can be suitably
addressed and taken care of before mandatory use in the entire state.
Hence, the following order.
Government Order No. FD 9 PCL 2004 (I),
Bangalore, Dated: 06.8.2005.
1. One Division each in PWD Buildings wing and General wing; one Division each in Water Resources Department and Minor Irrigation
Department; and one division each in the Corporations under the administrative control of the Water Resources Department, as may be identified by the concerned Principal Secretary to Government, shall
make use of standard tender documents given in Annexure I to VI to this government order in procurement of works from 1st September, 2005, for
a period of six months initially. This order supersedes the provisions contained in the codes, manuals or any other orders in this regard.
Form Number
Description of the document Value of Contract
K/W-1 Procurement of Works by inviting open tenders (Item Rate)- restricted to Registered
Contractors(Annexure I)
Less than Rs.20 lakhs
K/W-2 Procurement of Works by inviting
open tenders (Item Rate) – post-qualification criteria incorporated
(Annexure II)
More than Rs.20
lakhs but less than Rs.50 lakhs
(threshold for two cover tender system)
K/W-3 Procurement of Works by inviting open tenders (Item Rate) – Two
cover tender system- No Price
More than Rs.50 lakhs but less than
Rs.100 lakhs
35
Adjustment (Annexure III)
K/W-4 Procurement of Works by inviting open tenders (Item Rate) – Two cover tender system – With Price
Adjustment (Annexure IV)
More than Rs. 100 lakhs but less than Rs10 crores
(threshold for pre-qualification)
K/W-5 Pre-qualification by open invitation of Applications- Joint
Venture not permitted (Annexure V)
More than Rs.10 crores (threshold for
pre-qualification)
K/W-6 Pre-qualification by open
invitation of Applications – Joint Venture permitted (Annexure VI)
More than Rs.10
crores (threshold for pre-qualification)
2. Instructions to the Tenderers, Formats for submission of tender
(unless specified otherwise) and the General Conditions of Contract,
indicated in the standard tender documents shall not be changed.
However, amendments, supplementary instructions if any to the above,
to take care of local need/specific requirement, may be provided in the
Data sheet, Special Conditions of Contract, provided for in the
documents.
3. Amendments to the relevant codes and rules will be
incorporated in due course.
4. Additional tender document for Procurement of Works of value
of more than Rs.10 crores, documents for other types of contracts such
as Lump Sum, Percentage, Private Sector participation BOT, BOO, BOOT
etc and other documents as found necessary would be issued in due
course.
5. This order will apply for invitation of tenders for procurement of
works to be invited on or after September 1, 2005 and shall not be
applicable for tenders already invited and that are under process.
By order and in the name of
GOVERNOR of Karnataka
36
PROCEEDINGS OF THE GOVERNMENT OF KARNATAKA
Subject : Procurement of Goods and Equipment- Use of
Standard Tender Documents.
Preamble:
Rules regarding Procurement of Goods and equipments are
contained in Karnataka Transparency in Public Procurements Rules,
2000. Chapter IV deals with tender documents. In the absence of
standard tender documents for Procurement of Goods and Equipments,
various Procurement entities of the State have been preparing and using
tender documents, with large variations. Mandating of standard tender
documents for Goods and Equipments has been under consideration of
the Government for quite some time now.
The Working Group constituted vide Government order No. PWD
1359 SO/FC 2001 dated 14/8/2002 reviewed the draft tender
documents for procurement of some types of goods and equipments. The
standing committee for Procurement reforms constituted vides
Government order No. PWD 1359 SO/FC 2001 dated. 5/8/2002
examined the recommendations of the Working Group and decided to
place the draft tender documents on the website of Finance Department
and solicit comments and suggestions. Accordingly the draft Tender
Documents were hosted on the web site of the Finance Department and a
circular was issued vide No. PWD 141 SO/FC dated 29th
August 2003
requesting for comments and suggestions.
The standing committee considered the comments and suggestions
received in its meeting held on 13-4-2005; and has recommended to
government mandating the forms from 1-8-2005.
The Government have examined the recommendations, and are
pleased to issue the following order.
Government Order No. FD 9 PCL 2004(II),
Bangalore, Dated: 06.8.2005.
37
1. Every ‘Procurement Entity’ under the government (as
defined in Section 2(d) of the Karnataka Transparency in Public
Procurements Act, 1999) shall make use of standard tender documents
given in Annexure I to VI to this government order in procurement of
goods and equipment from 1st September, 2005. This order supersedes
the provisions contained in the codes, manuals or any other orders in
this regard
Form
Number Description of the document Value of
Contract
K/G-1 Procurement of Goods and Equipment
by inviting open tenders (Annexure I)
Less than Rs.10
lakhs
K/G-2 Procurement of Goods and Equipment
by inviting open tenders
(Annexure II)
More than Rs.10
lakhs but less
than Rs.50
lakhs
K/G-3 Procurement of Computer Systems and
allied Equipment by inviting open
tenders (Annexure III)
Less than Rs.50
lakhs
K/Q-1 Procurement of Goods and Equipment
by inviting quotations from selected
vendors- Evaluation to be done for all
items put together
(Annexure IV)
Less than Rs. 1
lakh
K/Q-2 Procurement of Goods and equipment
by inviting quotations from selected
vendors – Evaluation to be done for
each item separately (Annexure V)
Less than Rs.1
lakhs per
contract
K/S.O Format of Supply Order when
quotations are invited on Formats
K/Q-1 and K/Q-2 (Annexure VI)
2 Instructions to the Tenderers, Formats for submission of tender (unless specified otherwise) and the General Conditions of
38
Contract, indicated in the standard tender documents shall not be changed. However, amendments, supplementary instructions, if any,
to the above, to take care of local needs/specific requirements, may be provided in the Data sheet, Special Conditions of Contract, provided
for in the documents. 3. Amendments to the relevant codes and rules will be
incorporated in due course. 4. Additional tender documents for Procurement of Goods
and Equipments/Computer systems of value of more than Rs.50
lakhs with two cover tender system, Supply and Erection of
Equipment, Procurement of Health Sector Goods (Drugs and
Pharmaceuticals) and other documents as found necessary would be
issued in due course.
5. This order shall apply for invitation of tenders for
procurement of goods and equipment to be invited on or after
September 1, 2005 and shall not be applicable for tenders already
invited and that are under process.
By order and in the name of
GOVERNOR of Karnataka
SD/-
Additional secretary to the Government
Finance Department
39
PROCEEDINGS OF THE GOVERNMENT OF KARNATAKA
Subject: Hiring of Consultancy Services - Use of Standard
Request for Proposals (RFPs) and Contract Formats.
Preamble:
Rules regarding Consultancy Services are contained in Chapter
VII A of the Karnataka Transparency in Public Procurement Rules, 2000
issued vide Government Notification No. PWD 121 SO/FC 2003 dated
26th
September 2003. The Chapter details the approved methods of
selection; steps in the selection process and types of contracts. Rule 28H
states that standard requests for proposals (RFPs) and Contract Formats
as may be issued by the Government of Karnataka from time to time
shall be used.
The Working Group constituted vide Government order No. PWD
1359 SO/FC 2001 dated 14/8/2002 reviewed the draft RFPs and
contract formats for the various methods of selection and the contract
formats for various types of contracts. The Standing Committee for
Procurement Reforms constituted vide Government order No. PWD 1359
SO/FC 2001 dated. 5/8/2002 examined the recommendations of the
Working Group and decided to place the draft RFP documents on the
website of Finance Department and solicit comments and suggestions.
Accordingly the draft RFP documents were hosted on the web site of the
Finance Department and a circular was issued vide No. PWD 141 SO/FC
dated 29th
August 2003 requesting for comments and suggestions.
The standing committee considered the comments and
suggestions received in its meeting held on 13-4-2005; and has
recommended to Government mandating the forms from 1-8-2005.
The Government have examined the recommendations and are
pleased to issue the following order.
40
Government Order No. FD 9 PCL 2004(III),
Bangalore, Dated : 06.8.2005
1. Every ‘Procurement Entity’ under the government (as defined in Section 2(d) of the Karnataka Transparency in Public Procurements Act, 1999) shall make use of standard RFP documents given in Annexure I to
XII to this government order in procurement of consultancy services from 1st September, 2005. This order supersedes the provisions contained in
the codes, manuals or any other orders in this regard.
Form
Number Consultant Entity
Method of
Selection
Type of
Contract
Value of
Contract
K/C-1
(Annexure I)
Firm/Organization/NGO Quality cum
cost Based Selection
(QCBS)
Time
Based
Less
than Rs.10
lakhs
K/C-2 (Annexure
II)
Firm/Organization/NGO Quality cum Cost Based
Selection (QCBS)
Time Based
More than
Rs.10 lakhs
K/C-3 (Annexure
III)
Firm/organization/NGO Quality cum Cost Based
Selection (QCBS)
Lump Sum
Less than
Rs.10 lakhs
K/C-4
(Annexure IV)
Firm/Organization/NGO Quality cum
Cost Based Selection
(QCBS)
Lump
Sum
More
than Rs.10
lakhs
K/C-5
(Annexure V)
Firm/Organization/NGO Least Cost
Selection (LCS)
Time
Based
Less
than Rs.10 lakhs
K/C-6 (Annexure
VI)
Firm/Organization/NGO Least Cost Selection
(LCS)
Time Based
More than
Rs.10 lakhs
K/C-7 (Annexure VII)
Firm/Organization/NGO Least Cost Selection (LCS)
Lump Sum
Less than Rs.10
lakhs
K/C-8
(Annexure
VIII)
Firm/Organization/NGO Least Cost
Selection (LCS)
Lump
Sum
More
than Rs.10
41
lakhs
K/C-9
(Annexure
IX)
Firm/Organization/NGO Single
Source Selection
(SSS)
Time
Based
Less
than Rs.5
lakhs
K/C-10
(Annexure
X)
Firm/Organization/NGO Single
Source
Selection (SSS)
Lump
Sum
Less
than
Rs.5 lakhs
K/C-11
(Annexure
XI)
Individual Single Source
Selection (SSS)
Time Based
Less than Rs.
1 lakh
K/C-12
(Annexure
XII)
Individual Single
Source Selection
(SSS)
Lump
Sum
Less
than Rs.1 lakh
2. Instructions to the Consultants, Formats for submission of
proposals (unless specified otherwise) and the General Conditions of
Contract, indicated in the standard RFP documents shall not be
changed. However, amendments, supplementary instructions, if any,
to the above, to take care of local needs/specific requirements, may be
provided in the Data sheet, Special Conditions of Contract, provided
for in the documents.
3. Amendments to the relevant codes and rules will be
incorporated in due course.
4. Additional documents as may be found necessary for other types
of contracts would be issued in due course.
5. This order shall apply for invitation of new proposals to be
invited on or after September 1, 2005 and shall not be applicable for
proposals already invited and are under process.
By order and in the name of
GOVERNOR of Karnataka
SD/-
Additional secretary to the Government
Finance Department
42
GOVERNMENT OF KARNATAKA
NO. PWD 1359 SO/FC 2001(P-2) Karnataka Government Secretariat, Vidhana, Soudha,
Bangalore, dated 25th
October 2002
CIRCULAR
Subject: Awarding of contracts to the lowest evaluated technically
and commercially responsive tenderer meeting the prescribed
Qualification criteria including tender capacity and past
Performance.
It has come to the notice of the Government that some
Procurement Entitles are adopting the practice of splitting the contract
(particularly in Goods contracts) among all or some tenderers by offering
the price of the lowest tenderer to others and dividing the quantity of
Supply evenly or in other proportion. Such practices undermine the
rationale of competitive bidding promote collusion and go against the
provision of the KTPP Act and Rules.
The provisions of the KTPP Act and Rules provide for only the
acceptance of the lowest tender. The lowest evaluated responsive
tenderer deserves the full award, if he has satisfied the stipulated
qualifying criteria.
The following Provisions in the KTPP Act and Rules are
brought to the notice of all Procurement Entities:
(1) Section 13 of the Karnataka Transparency in Public
Procurement (KTPP) Act 1999 lays down that "The Tender
Accepting Authority shall, after following such procedure as may
be prescribed pass order accepting the tender and shall
communicate the information relating to acceptance of tender
together with a comparative analysis and reasons for accepting of
tender to the procurement entity and Tender Bulletin Officer".
(2) Rule 21, Chapter, VI of the KTPP Rules 2000 stipulates that
"The Tender Accepting Authority shall cause the evaluation of
tenders to be carried out strictly in accordance with evaluation
criteria indicated in the tender documents"
(3) Rule 24, details the procedure for the initial examination of
tenders to determine substantial responsiveness.
43
(4) Rules 25, explains the procedure of determination of the lowest
evaluated price.
(5) Rule 26(1) stipulates that "The tender Scrutiny Committee or
the officer inviting the tender shall prepare detailed evaluation
report which shall be considered by the Tender Accepting
Authority before taking a final decision on the tender."
(6) Rule 26(2) states that "As soon as the tenderer qualified to
perform the contract is identified in accordance with Section 13
of KTPP Act, the Tender Accepting Authority shall pass order
accepting the tender and communicate the order of acceptance to
the successful tenderer...."
From the above provisions in the KTPP Act and Rules, it is
clear that the Contract should be awarded only to the lowest evaluated
technically and commercially responsive tenderer, who meets the
prescribed qualification criteria including bid capacity and past
performance.
In view of the foregoing, the Government reiterates that
when tenders are invited for a specified quantity of Goods, the contract
should be awarded only to the lowest technically and commercially
responsive tenderer who meets the prescribed qualification criteria
including bid capacity and past performance.
The above instructions shall apply to all Government
Departments, Boards Corporations, Societies, Government Autonomous
organizations, Universities, Panchayat Raj institutions, Municipal
Corporations, Local bodies etc for which KTPP Act and Rules are
applicable.
All Procurement Entities shall ensure that the above
instructions are followed strictly in respect of all contracts irrespective of
the funding agency. It may be noted that any violation of the KTPP Act,
1999 and Rules, 2000 attracts the penal provision under Section 23 of
the Act.
The above instructions do not apply to tenders for fixing
Rate Contracts, for which instructions would be issued separately.
(Chiranjeev Singh) Principal Secretary to Government, Finance Department.
44
GOVERNMENT OF KARNATAKA
NO. PWD 1359 SO/FC 2001(P-2) Karnataka Government Secretariat, Vidhana Soudha,
Bangalore, dated 25th
October 2002
CIRCULAR
Subject: Procurement Planning, Packaging and Scheduling and
making Available funds to match with the requirement as
per approved Procurement Plan.
It is noticed that adequate attention is not given to Procurement
Planning, which is an integral phase of Procurement process. Planning of
packages is an important activity, which needs to be finalized before
taking up a project for implementation. In most of the cases, planning of
packages is not driven by the needs of the project (to ensure quality and
timely completion to achieve the project objectives), but rather by the
sanctioning powers, readiness of the designs, drawings and estimates at
particular point of time, availability of contracts and their specialization,
fund availability etc. The pros and cons of centralized and decentralized
procurement, bulking of procurement (in respect of Goods), small versus
big packages for works, packaging and slices do not seem to have been
examined thoroughly in most of the projects. There are no approved
Packaging Plans and Procurement Schedules (which determines the
timing of the various procurement activities such as invitation of tender,
sale of tender documents, receipt of tenders, preparation of evaluation
report, award decision, signing of contract, period of achievement of
milestones/delivery schedule, time of completion of works/supplies) for
most of the projects. Usually the field officers decide on the packaging as
the implementation of the project proceeds and invite tenders on that
basis. All these lead to haphazard completion of works and commitment
of scarce financial resources without realizing the project objectives.
No specific codal provisions on this aspect exist. However, Para 192(b) of
the KPWD Code volume I refer to the splitting of contracts. It reads as
follows: "It is permissible to give out different contracts to a number of
contractors relating to one work, even though such work may be
estimated to cost more than the amount up to which the officers are
empowered to accept the tenders. This splitting of the work should be
resorted to only in exception cases, in the interest of the speedy
execution of works or when the nature of the work is such that if any
45
difficulty for a single agency to execute its various aspects, subject to
obtaining prior approval of the authority who is competent to accept the
tender for the work as a whole. In case more than one contract is
awarded to the same contractor at the same time or one after the other
the sanction of the authority who is competent to accept the total of such
tenders and not the authority who can accept each tender with reference
to value of each contract is to be obtained." The principle behind
packaging appears to be the technical requirement, need for speedy
execution, preparedness to invite tenders and the expected competition.
In view of the above the following instructions are issued:
(1) The pros and cons of centralized versus decentralized procurement,
bulking of procurement (for Goods) and small versus big
packages for works, packaging and slices are to be thoroughly
examined, keeping in view the implementation Plan of the
project;
(2) After the packages are decided and approved, the appropriate Method
of Procurement and Procurement Schedule (Showing the timing
of the various procurement activities) should be framed
depending on the value of the packages;
(3) This Procurement Schedule should form the basis of the preparation
of designs and specifications, to match the invitation of tenders;
(4) The Procurement Plan should be used as a template for monitoring
thus helping with timely recognition of problems and also in
taking timely corrective action;
(5) The Procurement Plan should be used to help all participants to the
procurement process to understand the sequence and timing of
the procurement action (stages), their contributions and
responsibilities at each stage and who is responsible at the next
stage;
(6) The Procurement Plan should be used to record the progress of
planned action thus supporting monitoring of performance of
the responsible unit and the staff; and
(7) The Procurement Plan and Schedule Should form the basis for
working out requirement of funds and its release to the
implementing Agency. If the work is contemplated to be
completed within a year full provision, if within 2 years 40%
46
and 60% for I & II year and if it is 3 years 30%, 40% and 30%
for 1, II & III year shall be provided. No tender should be
awarded without having grant as indicated.
Authorities should ensure that these instructions are followed strictly in
respect of all projects irrespective of the funding agency.
The above instructions shall apply to all Government
Departments, Government Corporations, Societies, Semi Government
Autonomous Organizations, Universities, Panchayat Raj Institutions,
Municipal Corporations, Local Bodies, etc, for which KTPP Act and Rules
are applicable.
(Chiranjeev Singh) Principal Secretary to Government,
Finance Department.
47
GOVERNMENT OF KARNATAKA
NO.PWD 1359 SO/FC 2001(P-2) Karnataka Government Secretariat, Vidhana Soudha, Bangalore, dated 3rdDecember2002
CIRCULAR
Subject: Guidelines of conducting negotiations before award
of the contract.
1. It is observed that the Tender Accepting Authorities of
Government Departments, State Government Undertakings, Local
Authorities, Autonomous bodies and Corporations established by
or under law and owned and controlled by the Government,
sometimes negotiate with the lowest tenderer, before passing order
accepting the tender in terms of Sub Para 3 under Section 13 of
the KTPP Act.
2. It has to be recognized that:
• Negotiations even with the lowest tenderer defeats the very ethics of competitive tendering and should not be resorted solely for the purpose of reduction of rates;
• When negotiations are conducted in a routine manner, there is every possibility that the tenderer would have jacked up the
prices considerably and would reduce the prices marginally to satisfy the Employer/Purchaser with the result that the Employer/Purchaser may in most cases ends up paying more
than real cost of the work/goods;
• Negotiations very often leads to delay in award of the contracts; and
• Negotiations opens up opportunities for corruptive practices.
3. After careful consideration of the practices being followed
in the various organizations the following Guidelines are issued for
conducting negotiations, if needed be, in respect of Works Contracts.
3.1 Negotiations solely for the purpose of obtaining lower prices
would be appropriate only in exceptional circumstances, such
as lack of competition (less than three), single bid, suspected
48
collusion, or where the lowest evaluated responsive bid is
substantially above the estimated cost. In such cases also, the
first choice is for rejection of all tenders and reinviting fresh
tenders.
3.2 A substantially high tender is defined as under;
Period of contract and
provision of Price
Adjustment
Update Estimated cost
of the Work Upto Rs. 20 lakhs.
Updated Estimated cost
of the Work Rs. 50 lakhs and
above
(a) Contracts
where price adjustment is not provided
10% above the
update estimate or Rs. 1.Lakh whichever is
more
10% above the
updated* estimate
10% above the
updated* estimate
(b) Contracts
where price adjustment is provided from
the date of tenders
Does not arise ... Does not ... 5% above the
updated estimate or Rs.5,00,000
which ever is more.
* Estimate based on the current rates of labor and materials such as
cement, steel and other key materials.
3.3 In all cases where the tenders amount is not substantially high
(refer definition of substantially high given in Para 3.2 above), the
Tender Accepting Authority shall pass orders accepting the
lowest evaluated responsive and qualified tender only.
3.4 In respect of exceptional cases, as listed in Para 3.1 above
(other then those that are considered substantially high), the
Tender Scrutiny Committee or the Evaluating Officer as the case
may be, depending on the value of contract may choose to
propose to the Tender Acceptance Authority to reject all tenders
and reignite fresh renders or negotiate. In case the proposal is for
rejection and reinvitation, the causes leading to the rejection,
shall be examined by the Tender Scrutiny Committee or the
Evaluating Officer, who shall propose the changes, if any, to be
made in the estimated cost, specifications, provisions in the
49
Special Conditions of Contract or packaging, before reinviting the
tenders.
3.5 The Tender Accepting Authority shall pass orders for reinviting
tenders with changes if any on the tender document. Pre-tender
conference shall be held to explain the qualification criteria,
specifications and conditions of contract and clarify any
reservations if any to the prospective tenderers. The reservations
if any pointed out by the prospective tenderers shall be made in
the bidding documents.
3.6 After reentering the tenders shall be processed as per 3.1, 3.2
and 3.3 above.
3.7 In respect of tenders which are determined high in terms of
Para 3.2 above the Tender Scrutiny Committee or the Evaluating
Officer as the case may be, depending on the value of the
contract, shall (i) identify the item (s) for which the rates are
considered high and are contributing to the increase; (ii) get the
break up of rates (s) from the lowest evaluated responsive
tenderer and make a through examination of the reasonableness.
If the Tender Scrutiny Committee or the Evaluating Officer is
satisfied with the explanation by the tenderer it shall make its
recommendation for the acceptance of the tender.
3.8 In case where the Tender Scrutiny Committee or the Evaluating
Officer decides in favor of negotiation (in all exceptional cases
listed in Para 3.1 above), he shall seek the permission of the
Tender Acceptance Authority, detailing the reasons and the
points on which negotiations are proposed to be conducted. The
Tender Accepting Authority shall after careful examination of the
proposals approve the points (including the change in scope,
specifications, packaging etc.) on which negotiations are to held,
appoint a Negotiating Committee consisting of Tender Inviting
Authority, a representative of the Tender Scrutiny Committee or
the Evaluation Officer and Tender Accepting Authority. The
Committee shall conduct negotiations on the approved points
and make a record of the proceedings of the negotiations. The
Committee shall submit the proceedings to the Tender Accepting
Authority for taking decision. If the negotiations are successful
and the Tender Accepting Authority accepts the recommendation
50
of the Negotiating Committee, the tender is accepted at the
negotiated rates/terms and conditions and contract is concluded.
3.9 If the negotiations fail, the Tender Accepting Authority shall
issue orders on the future course of action to be taken by the
Tender Inviting Authority, which may include adoption of revised
procurement strategy (to include repackaging, execution by
departmental forces/facilities etc.)
4. In respect of Procurement of Goods, since there are no Schedule
of Rates and rates for equipment/goods satisfying the minimum
functional requirements vary widely, depending up to the quality,
specifications of the material input, award should generally be
made to the tenderer who is technically and commercially
responsive and meets the stipulated qualification criteria and who
is determined to perform the contract satisfactorily. If the tendered
rate is considered unreasonable (one of the method of determining
the reasonableness being the comparison with the market rate for
the same brand and specification of equipment,) negotiations shall
be conducted with the lowest tenderer. The procedure as outlined
in Para 3.7 and 3.8 above should be adopted scrupulously. Here
also the first choice would be to reject and reinvite the tenders,
after analyzing the causes leading to the rejection of tenders.
5.1 The above instructions are applicable only to Works/Goods
tenders received against notice inviting competitive tenders and
not for Consultancy Proposals, for which separate instructions
would follow. It is also not applicable for tenders invited to fix
rate contracts.
5.2 The above instruction shall apply to all Procurement Entities as
defined in Section 2(d) Chapter I of the KTPP Act.
5.3 The above Guidelines shall not be applicable to tenders invited
for Projects funded by International Financial Agencies or
Projects covered under International Agreements for which the
rules of funding agencies shall apply
6. Procurement Entities shall ensure that the above Guidelines are
followed strictly. It may be noted that any violation of the KTPP
51
Act !999 and Rules 2000 attracts the penal provision under
Section 23 of the Act.
(Approved by Principal Secretary Finance Department)
M.N. Seshappa Special Officer & Ex-officio
Deputy Secretary to Government
GOVERNMENT OF KARNATAKA
NO. PWD 1359 SO/FC 2001(P-2) Karnataka Government Secretariat,
Vidhana soudha, Bangalore, dated 30thJune 2003.
CIRCULAR
Subject: Two Cover Tenders System – Safeguards to be
adopted.
Rule 28 of the Karnataka Transparency in Public Procurement
Rules, 2000 explained the circumstances where Two-cover tenders
system is to be adopted and the procedure to be followed in such cases.
The rationale of the two-cover tenders system is that the tender
requirement will be strictly enforced and the possibility to consider a
tender, which has failed to most the tender requirement but has offered
an attractive price, will be eliminated. The second cover containing the
price quotations of only those tenderers found qualified as per tender
requirements shall be opened by the tender inviting authority.
In order to ensure transparency in the procurement process
and build public confidence in the system, the following safe guards shall
be adopted, whenever two-cover tenders system is adopted.
(i) At the time of opening of the First covers, the second covers
containing the price quotations shall be placed in a large cover and
securely sealed in the presence of the tenderers or their representatives,
who are present and also get the same signed by all those tenderers or
their representatives. This large cover containing the second covers
containing the price quotations shall be opened on a predetermined time
52
and data. This will instill confidence in the mind of the contracting
community;
(ii) The evaluation of the technical aspects contained in the first
cover should be completed within a reasonable period, and the time gap
between the opening of the first and the second cover should be the
minimum and, in any case not more than 45 days [In exceptional cases,
approval of the Secretary to the Government of the concerned
Department /Managing Director of the Corporation shall be obtained
where the period is more than 45 days but less than 60 days, If it
exceeds 60 days the tenders shall be reinvited].
(iii) The qualification criteria and the technical requirement
should not be restrictive/discriminatory and the specifications
particularly of equipment should be broad based and functional, without
any irrelevant details.
The above instructions shall apply to all Procurement Entitles
as defined in Section 2(d) of Chapter I of the Karnataka Transparency in
Public Procurement Act.
Procurement Entitles shall ensure that the above Guidelines are
strictly followed. It may be noted that any violation of the Karnataka
Transparency in Public Procurement Act 1999 and Rules 2000 attracts
the penal provision under Section 23 of the Act.
(B.K. DAS)
Principal Secretary to Government, Finance Department
53
GOVERNMENT OF KARNATAKA
PWD 140 SO/FC 2003 Karnataka Government Secretariat,
Vidhanasoudha,
Bangalore,Dated:1stSeptember 2003.
C I R C U L A R
Sub: Procedure for sale of tender documents.
1. The Notice Inviting Tenders (NITs) issued by the Tender
Inviting Authorities (TIAs) specify:
(i) the time and date (period being usually two to seven days) up to
which the applications for request of tender documents will be received; (ii) the time and date (usually one to three days) when the tender
documents would be sold to those who have submitted the applications earlier; (iii) the time and date up to which the tenders would be received as
well as the time and date on which the tenders would be opened (usually 7 to 8 days after the sale of tender documents).
2. The above procedure is being adopted to enable the TIAs to
know the number of
copies of the tender document to be prepared and provide adequate time
for the preparation of the re4quisite number of documents.
3. The procedure in vogue is against the spirit of the
Karnataka Transparency in Public Procurements (KTPP) Rules 2000 –
Rule 17 and should be discontinued. The tender documents should be
made available for entire period provided for the submission of tenders
as per KTPP Rule 17. For this purpose the TIAs shall prepare adequate
number of copies of tender documents before the publication of NIT and
sell the document as per instructions contained in KTPP Rule 13 from
the date of publication of the NIT up to the pre-declared time on the
working day previous to the day fixed for submission of tenders (either
original or extended).
4. The above instructions shall apply to all Procurement
Entities as defined in Section 2 (d) Chapter I of the KTPP Act (1999).
54
5. Procurement Entities shall ensure that the above instructions are
followed scrupulously. It may be noted that any violation of the KTPP Act 1999
Rules 2000 attracts the penal provision under Section 23 of the Said Act.
Sd/.,
(B.K. DAS)
ACS & Principal Secretary to Government Finance department
ROCEEDINGS OF THE GOVERNMENT OF KARNATAKA
Sub: Procurement Reforms – Measurement of Works and
Supplies – Use of Measurement Books
Preamble :
1. Paragraphs 208 & 209 of the Karnataka Public Works
(KPW) Accounts Code Volume I, Paragraphs 300 & 301 of the Karnataka
Public Works Departmental (KPWD) Code Volume I and Appendix VII of
the KPWD Code Volume II detail the instructions regarding issue of
measurement books, recording of measurements and storage of
measurement books. The salient instructions are:
(i) Payments for all work done otherwise than by daily
labour and for all supplies, are made on the basis of measurements
recorded in measurement books, Form PWG-27 in accordance with the
rules in paragraph 209;
(ii) The measurement should be considered as a very
important initial account record since it is the basis of all accounts of
quantities of work done whether by daily labour or by piece work or by
contract and of materials received which have to be counted or
measured:
(iii) All measurements should be neatly taken down in the
measurement book issued for the purpose and nowhere else;
(iv) The entries should be recorded in the measurement
book at the work spot indelibly in ink so as to render it difficult to
tamper with or to make unauthorized additions or alterations in entries
once made:
55
(v) As all payments for works or supplies are based on the
quantities recorded in the measurement book. it is incumbent upon the
person taking the measurement to record the measurements clearly and
accurately. He will also work out and enter in the measurement book the
figures for the contents or area column:
(vi) Measurements for all works and repairs should in the
first instance be taken by subordinates in charge and checked by Sub-
Divisional Officers and Divisional Officers [Assistant Executive Engineer
(AEE) is to check 75% in Case of works costing Rs. 5000 or more and
50% in case of other works and repairs. At least 50% of the works are to
be checked. Executive Engineer (EE) is to check 25% of items:
(vii) All final measurements irrespective of value to be
recorded by Assistant Engineer (AE) and AEE should check-measure
100% for all works estimated to cost Rs. 5000 and more if it is a
departmental work and Rs. 25.000 and more if it is A contract work. EE
should check 25% of the total value of work done if the works cost more
than Rs. 25,000;
(viii) No erasures of any kind should be permitted; mistakes
should be corrected by drawing the pen through the incorrect entry. and
inserting the correct figures or words between the lines. A reliable record
is the object to be aimed at, as the measurement book may have to be
produced as evidence in a court of law;
(ix) Apart from measurements, the description of the item as
per tender has to be written in the hand of the AE.
2. Paragraph 5 of Appendix IV-A of the KPWD Code Volume II
Rules for Registration of Contractors in PWD lay down that Class I and II
Contractors should engage at least one Engineering Graduate of every
work costing Rs.15 lakhs and above and Class III Contractor should
engage one Engineering Graduate for every work costing Rs.10 to 15
lakhs and at least one Diploma Holder on every work or group of works
together costing more than Rs. 2 lakhs but less than Rs. 10 lakhs
3. Clauses 7(a) and 7(b) of PWG-65 Form, the approved tender
document for works, state:
(i) A bill shall be submitted by the Contractor on or before the 15th
of each month of all items of work executed in the previous month;
56
(ii) The details furnished by the Contractor in the bill should be
measured by the subordinate in the presence of the Contractor or his
duly authorized agent. The countersignature of The Contractor or the
said agent in the measurement book shall be sufficient proof to the
correctness of the measurements, which shall be binding on the
Contractor in all respects;
(iii) If the Contractor does not submit the bills within the prescribed
time, the EE may depute within seven days of the prescribed date, a sub-
ordinate to measure up the said work. The countersignature of the
Contractor shall be obtained in the measurement book concerned with
reference to which, the Department may prepare the bill.
4. It is observed that the measurement books are not being used
in most of the Government Departments, Public Sector Undertakings,
Boards, Societies, and Local bodies for recording the receipt of goods and
equipment and payments of invoices are being made on the basis of
verification of receipt of materials. However most of the Government
Departments, Public Sector Undertakings, Boards, Societies and Local
bodies are using the measurement books for recording the
measurements as per provisions of KPWD Code. However the compliance
to the provisions of the Manual is resulting in lot of clercial work by the
technical officers whose primary duty is supervision of work in the field.
Also there are no consistent practices followed by various procurement
entities of the State.
5. The Sub-Committee constituted under the Chairmanship of
Secretary. Public Works Department by Government in GO No PWD 122
SO/FC 2003 dated 8.5.2003 to look into certain technical issues like
measurement books, from the Procurement Reforms Action Plan on the
recommendations of the Country Procurement Assessment Report
(CPAR) and make recommendations to the Standing Committee has
examined the issue, felt that the present provisions in the Codes and
manuals regarding measurement of works and supplies are archaic, time
and effort consuming, do not use the currently available information
Technology and has made recommendations for improvement of the
system. The Working Group constituted in GO No. PWD 1359 SO/FC
2001 dated 14.8.2002 for implementation of the said Action Plan
reviewed and endorsed the recommendations of Sub-Committee. The
Standing Committee constituted in GO No. PWD 1359 SO/FC 2001
dated 5.8.2002 for implementation of the said Action Plan on the
57
recommendations of CPAR, examined the recommendations of the Sub
Committee in detail.
Government Order No. FD 56 Pro. Cell 2004, Bangalore, 18thJanuary
2005.
1. Based on the recommendations of the Standing Committee
this order is issued for recording of measurement of Works and Supplies.
This order shall supersede the current instructions contained in the
Codes and Manuals.
(a) A uniform procedure for recording of measurements for
works and supplies should be enforced in all the Organizations
coming under the purview of the Karnataka Transparency in
Public Procurements Act 1999;
(b) The current provisions of the KPW Accounts and
Departmental Codes shall continue to be applicable for all
Works Contracts of value Rs.25 lakhs and less;
(c) In respect of Works Contracts of value more than Rs25 lakhs,
the Contractors shall be made responsible for submitting bills
duly supported by hard copy of detailed measurements of work
using electronic spreadsheets and making
computations thereof. The Contractor shall submit diskette/CD
ROM in addition to the hard copy;
(d) The Assistant Engineer in direct charge of the work shall take
independent measurements of the work and enter the same in
the electronic spreadsheet and make computations thereof. The
Assistant Engineer can make use of the detailed measurements
as given by the Contractor in the diskette/CD ROM. In any case
the responsibility for the correctness of the measurements shall
be entirely of the Assistant Engineer, as prescribed in the Codes
and Manuals;
(e) The measurements would be checked by the officers from the
hard copy of the spreadsheet as per present stipulations, and
computations would be made accordingly'.
(f) The countersignature of the Contractor or his authorized
Agent shall be obtained on each page in the hard copy of the
detailed measurement spreadsheets prepared by the Assistant
58
Engineer, which shall be binding on the Contractor in all
respects;
(g) The hard copies of the detailed measurement spreadsheets
shall be bound, numbered and stored, which shall be
considered as the measurement books, as referred to in the
Manuals and Codes. An index shall be prepared for each
Contract/Work, which shall show the details of the bills,
reference to measurement books and vouchers. Similarly the
diskettes/CD ROMs shall be indexed and stored.
(h) In respect of supplies – goods and equipment, the invoices
detailing the items supplied with specifications, quantity, rate
and amount would be sufficient. This shall be checked and
inspected by the receiving authority and accounted as per
normal accounting procedure prescribed by Government/
Corporation/ Board/ Society Local body from time to time.
Entry in measurement books need not be insisted upon.
2. This order will apply prospectively and shall not be
applicable for contracts concluded in the past.
3. This order shall apply to all Procurement Entities as defined in
Section 2(D) Chapter 1 of the Karnataka Transparency inPublic
Procurements Act. 1999.
4. This order shall be appropriately incorporated in the Conditions
of Contract of Tender documents.
5. The contents of this order shall be appropriately incorporated in
the Karnataka Public Works Accounts and Departmental Codes and
other Manuals.
By Order and in the name of the
Governor of Karnataka
(Sudhakar Rao)
Principal Secretary to Government
Finance Department.
59
PROCEEDINGS OF THE GOVERNMENT OF KARNATAKA
Subject: Third Party Inspection of Works, Goods and
Equipment
Preamble:
1. There are no specific provision regarding Inspection of
Works in the Karnataka Public Works Department Manual, Clauses
12 (b) and (c) of the PWG 65. ... the approved tender document for
works, lay down the Guidelines for Inspection of Works. The
Contractor is primarily responsible to ensure that the works are
executed as per Specifications and deliver the Works is sound
condition. The Departmental Officers have to make periodical checks
to ensure the quality of works. The Government is concerned over the
deterioration in the quality of the works executed. To assist the
Departmental Officers to ensure quality works, in some major projects
separate in-house quality control organizations have been set up and
in some other projects funded by International Donor Agencies,
Supervision Consultants have been employed. However for most of the
works under execution, the Departmental Officers (here-in-after called
Employer) are responsible for ensuring the quality of the works.
2. Similar is the position in respect of procurement of
goods and equipment. The inspection is mostly in-house. In some
PSUs third party inspections are adopted on a case-by-case basis and
there is no consistency and uniformity of approach.
3. Complaints regarding acceptance of poor quality of
works and procurement of goods and equipment not conforming to
stipulated specifications continue to be reported.
4. The Sub-Committee under the Chairmanship of
Secretary PWD, constituted by Government vide No. PWD 122 SO/FC
2003, Bangalore dated 8/5/2003 to examine and make
recommendations regarding various aspects of Procurement Reform in
the State examined the measures to improve quality control of works,
inspection of goods and equipment and has made recommendations
for improvement of Quality Control. The Working Group constituted
vide GO No. PWD 1359 SO/FC 2001 dated 14/8/2002 reviewed and
endorsed the recommendations of Sub-Committee. The Standing
Committee for Procurement Reforms Action Plan based on CPAR.
60
Karnataka constituted vide GO No. PWD 1359 SO/FC 2001 dated
5/8/2002 examined the recommendations in detail.
5. Third Party Inspection of Works and Supplies would
ensure adherence to quality standards, leading to value for money.
This will also check corruptive practices and instill public confidence
in the system.
Government Order No. FD 55 Pro. Cell 2004,Bangalore, Dated:
17.02.2005
Based on the recommendations of the Standing
Committee the following orders are issued.
(a) The appointment of independent
Third Party Inspectors designated Quality Supervision Consultants
would go a long way in assisting the Departmental Officers to ensure
adherence to quality standards in construction works and
procurement of goods and equipment;
(b) Third Party Inspection shall be mandatory in
respect of all works contracts of estimated value more than Rs.2 crore
and all goods and equipment contracts estimated to cost more than
Rs.25 lakhs for an item of goods and equipment; (c)
Reputed Quality Supervision Consultants (either Individual of Firm)
known for integrity and professionalism should be appointed by
following the procedures for procurement of Consultancy services
issued vide GO No. PWD 121 SO/FC 2003, Bangalore dated
26/9/2003 with amendments issued from time to time thereof. The
Terms of Reference should be well defined. Detailed Checklists, to be
completed by the Quality Supervision Consultants, should be
prepared (with the assistance of experts if need be) to ensure that the
Consultants perform their obligations satisfactorily;
(d) The employment of the Quality Supervision
Consultants could be either for one or more contracts for works or
procurement of goods and equipment or for procurement made in a
term or stipulated period for a Procurement Entity;
(e) Heads of the Department of the Government
Managing Directors of PSUs Boards/ Societies Local Bodies shall
employ the Quality Supervision Consultants and order payments to
them on satisfactory performance. The expenditure on the
employment of the Quality Supervision Consultants shall be charged
to the cost of the works and goods and equipment under procurement;
(f) The Quality Supervision Consultant shall inspect
the works periodically, submit reports along with the prescribed
61
checklists duly completed to the Employer for taking action with a
copy to the Secretary to the Government Managing Director of the
Corporation/Board/Society/Local body. who will be responsible for
review of the Action Taken Reports of the Employer;
(g) The Quality Supervision Consultant shall inspect
the goods and equipment during manufacture/before dispatch after
receipt, assembly and commissioning as per the terms of the contract
and submit reports along with prescribed checklists duly completed to
the Purchaser with a copy to the Secretary to the
Government/Managing Director of the Corporation Board
Society/Local body who will be responsible for Review of the Action
Taken Reports of the Purchaser;
(h) The employment of the Quality Supervision
Consultant and the inspections conducted by them shall not absolve
the primary responsibility of the Employer to ensure completion of
works of sound quality as per stipulated specifications and of
Purchasers for Procurement of goods and equipment of good quality
as per stipulations in the specifications. The Quality Supervision
Consultants are there to assist the Employer/Purchaser in
discharging their primary responsibility.
(i) The Quality Supervision Consultants should not
be employed in respect of works and goods and equipment contracts
of projects, where a specialized in house Quality Control Organization
exists is planned or a separate Supervision Consultant has been
employed.
2. This order will apply prospectively and will not
be applicable for contracts conclude in the past or for tenders already
invited.
3. This order shall apply to all Procurement
Entities as defined in Section 2(d) of Chapter I of the KTPP Act, 1999
4. This order shall be appropriately incorporated
in the Special conditions of contract of the tender documents.
5. The contents of this order be appropriately
incorporated in the Karnataka Public Works Department and other
Manuals.
By order and in the name of
The Governor of Karnataka
( Sudhakar Rao)
Principal Secretary to the Government,
Finance Department
62
PROCEEDINGS OF THE GOVERNMENT OF KARNATAKA
Sub : Procurement of works - use of Standard
Tender Document - Revision - Reg.
Read : (1) G.O.No.FD 9 PCL 2004 dtd:6-8-2005
(2) G.O.No.FD 6 PCL 2006 dated:21-03-2007
(3) G.O.No.FD 04 PCL 2006 dated:12-07-2007
(4) G.O.No.FD 04 PCL 2007 dated:2-4-2008
(5) Proceedings of the Procurement Reforms
Standing Committee meeting held on 2-8-2008.
PREAMBLE:
In Government Order dated:6-8-2005, Standard Tender
Documents given in Annexure 1 to 6 appended there with were
prescribed to be used in certain identified divisions of PWD and WRD
and the corporations under WRD for procurement of works from 1st
September 2005 for a period of six months initially on an
experimental basis, so that any problems encountered in use of these
Standard Tender Documents can be
suitably addressed before making the Standard Tender Documents
mandatory for procurement of works.
By the G.O.No.FD 06 PCL 2006, dated:21-03-2007 use of
Standard Tender Documents was made mandatory for all
procurement entities under the Government for procurement of works
specified in Annexure I to VII to the Government Order cited at (1)
above.
However, implementation of G.O No.FD 06 PCL 2006 dated:
21-03-2007 mandating Standard Tender Documents was deferred till
31-12-2007 as per G.O. cited at (3) above or till the final decision is
taken on the proposed modification and the same was extended till
30-06-2008 by the G.O’s cited at 3&4 above.
In the procurement Reforms Standing Committee Meeting held on 2-
8-2008, the proposal of the Public Works Department for certain
modifications to the tender documents was discussed in detail. The
Public Works Department had expressed the following difficulties in
the implementation of Standard Tender Documents prescribed
videG.O.No.FD 9 PCL 2004 (1) dated:6-8-2005:-
(i) Minimum financial turnover
(ii) Satisfactory completion of similar works
63
(iii) Owning of machineries
(iv) Furnishing of 10% FSD
(v) Payments to be made within 90 days to the Contractor
(vi) Design and Drawings part of agreement
(vii) Bid capacity, etc.,
The Committee considered in detail the proposal of the PWD and the
Government has decided to modify certain clauses of the STD.
Hence the following Order.
Government Order No.FD 4 PCL 2008, Bangalore, dated:14.10.2008
Under the circumstances explained in the preamble, the
following clauses of the Standard Tender Documents as prescribed in
Government Order dated: 6-8-2005 are modified to the extent noted
below:
Sl.No
.
Reference to standard
tender documents
Existing Clauses
Modified clauses
1. Clause 3.2.b. page 5
KW-1,2/3/4
Work experience: Satisfactorily completed (at least 90% of the
contract value), as prime contractor, at least one
similar work such as….. of value not less than Rs._____(usually not Less
than 80% estimated Value of contract)
a) Mandating satisfactory completion as a prime contractor for at least one
similar work to an extent of 50% of the cost of the work,
for all works costing up to and Rs.100 lakh. b) Mandating satisfactory
completion as a prime contractor for at least one
similar work to an extent of 80% of the cost of the work, for all works costing more
than Rs.100 lakh. The PWG Form 65 will be discontinued. The relevant
Paragraphs of the KPWD Code will be amended.
2.
Clause 3.1
Page 5 K/W-1, Clause 3.3.
Page 5
Assessed available tender
Capacity: (A*N*1.5-B) where A = Maximum value of civil Engineering
works Executed in any
In order to ensure higher
tender capacity and better selection of eligible contractors and also to
ensure more competition the
64
K/W-2,
Clause 3.6 Page 6 K/W-4
one year during the last
five years (updated to_____price level) taking into account the
completed as well as works in progress N= umber of years
prescribed for completion of the works
for which Tenders are invited. B = Value, at….. price level, of existing
commitments and on-going works to be
completed during the next _____years.
existing multiplying factor of
1.50 for assessing the available tender capacity may be modified to 2.50 for
works costing upto Rs.100 lakh.
However, the existing clause clause shall remain
the same for works costing more than Rs.100 lakh.
Sl.
No
Reference
to standard tender
documents
Existing Clauses
Modified clauses
3. Clause 3.2
(a) page Page 5 K/W-4
Qualification:
To qualify for award of this Contract, each Tenderer in its name
should have in the last five years i.e.2000-2001 to 2004-2005 (a)
achieved in at least two financial years a
Minimum financial turn over (in all classes of civil engineering construction
works only) of Rs.___ (usually not less than
two times the estimated annual payments under this contract)
Qualification:
To qualify for award of this contract each tenderer in his name should have in the
last five years’ period (a) achieved in at least two financial years an average
annual financial turnover of Rs.…… (usually not less
than the estimated cost under this contract for works costing up to Rs.100
lakh). However the existing clause remains the same for
works costing more than Rs.100 lakh.
4.
Clause 3.2
(c) page 5 K/W-4
Executed in any one
Financial year, the minimum quantities of work (usually 80% of the
peak annual rate of construction)
Executed in any one year
(for a continuous period of 12 months), the minimum
quantities of work (usually 80% of annual requirement)
for works costing up to Rs.100 lakh. However the existing clause remains the
same for works costing more than Rs.100 lakh.
65
5. Clause 3.3 (b) page 6
K/W-4
Liquid assets and/or availability of credit facilities of not
less than Rs._____(Credit
lines/letter of credit/Certificates from Banks
for meeting the fund requirement etc., (usually
the equivalent of the estimated cash flow for three months in peak
construction period).
Liquid assets and or availability of credit facilities of not less than Rs.……
(Credit lines / Letters of Credit / Certificates from
Banks) for meeting the fund requirement etc., (usually 30% of the amount of
contract) for works costing up to Rs.100 lakh.
However the existing clause remains the same for works
costing more than Rs.100 lakh.
Sl.No. Reference to
standard tender documents
Existing Clauses
Modified clauses
6. Additional Clause for inclusion:
In the case of the death of a contractor after executing the agreement/
commencement of the work, his legal heir, if an eligible
registered contractor and willing, can execute and complete the work at the
accepted tender rates irrespective of the cost of
the work
7. Clause 3.3 Page 5
K/W-3&4
Equipment Capacity: Each Tenderer should
Further demonstrate: (a) Availability by
owning the following key and critical equipment for
this work.
Equipment Capacity: Each tenderer should
further demonstrate: (a) availability by owning at
least 50% of the required / specified key and critical equipment for this work
and (b) the remaining 50% can be deployed on lease /
hire basis for all works provided, the relevant
66
documents (commitment
agreements etc.) for availability for this work are furnished.
8. Earnest money
Deposits. Clause 9.1 Page 6 of
KW1 Page 7
KW2/3 Clause 13.1 Page 8
KW 4
Earnest Money Deposit
The Tenderer shall furnish, as part of his tender, Earnest
Money Deposit in the amount as shown in
Column 4 of the table of IFT for this particular work. This
earnest money deposit shall be in favor of and may be in the
form of Banker’s cheque/Demand
Draft/Pay Order, in favor of_____payable
at_____or Cash or specified Small
Savings Instruments pledged to—
Earnest Money Deposit The tenderer shall furnish
as part of his tender, Earnest Money Deposit (EMD) at the following rates.
EMD amount as % of the estimated cost of the work
put to tender a) Upto Rs.20 lakh – 2.5% b) Rs.20 lakh and above up
to Rs.1 crore – 2% subject to a minimum of Rs.50,000/-
c) Rs.1 crore and above up to Rs.10 crore – 1.5%
subject to a minimum of Rs.2,00,000/- d) Rs.10 crore and above -
1% subject to a minimum of Rs.15,00,000/-
Sl.No. Reference to
standard tender documents
Existing Clauses
Modified clauses
9. Performance Security
(Clause 25)
Performance Security Security Deposit
Within 20 days of receipt of the Letter of Acceptance the
successful Tenderer shall deliver to the
Employer a Security Deposit in any of the forms given below for
an amount equivalent to 10% of the contract
price plus additional security for unbalanced tenders
Performance Security Within 20 days of the
receipt of the letter of acceptance, the successful tenderer shall deliver to the
employer a security deposit in any of the forms given
below for an amount equivalent to 5% of the contract price plus
additional security for unbalanced tenders in
accordance with clause 25.5 of ITT & Clause 44 of the conditions of contract
67
in accordance with
Clause 25.5 of ITT and Clause 44 of the Conditions of
Contract.
for all works.
10.
Clause 7 Page 22 KW 4
Subcontracting:
The Contractor may subcontract with the approval of the
Employer but may not assign the
Contract without the approval of the Employer in writing.
Subcontracting does not alter the Contractor’s
obligations
This Clause is deleted.
11. Clause 37.1
Page 27 KW 4
Payments:
Payments shall be adjusted for
deductions for advance payments, other
recoveries in terms of the contract and taxes, at sources, as
applicable under the law. The Employer
shall pay the Contractor within 60 Days of
submission of bill.
Payments:
Payments shall be adjusted for deductions for advance
payments other than recoveries in terms of contract and taxes, at
source, as applicable under the law. The Employer shall pay the Contractor within
60 days of submission of the bill. The contractor
shall be liable to pay liquidated damages for shortfall in progress.
For progress beyond the agreed programme payment
is subject to availability of the grants.
Sl.No. Reference to
standard tender
documents
Existing Clauses
Modified clauses
12. Clause 49
page 29 K/W-4
49.1) The Employer or
the Contractor may terminate the Contract if the other
Party causes a fundamental breach of the Contract.
49.2) a to h _ _ _ _ _ _ _ _ _ _ _
Termination
49.1) The Employer may terminate the Contract if the other
party causes a fundamental breach of the Contract. 49.2) Sub Clause (b) & (d)
under this clause are deleted.
68
13. 13 Clause 24
Page 24 KW4
Disputes:
Procedure for resolution of Disputes through
arbitration
Disputes
Arbitration Clause will not be applicable wherever the value of the work is less
than Rs.100 lakh.
14.
14 Clause 34.4 Page 26
K/W4
Variations: The Contractor shall promptly request in
writing the Employer to confirm verbal
orders and if no such confirmation is received within 15
days of request, it shall be deemed to be an order in writing by
the Employer.
Variations: The Contractor shall promptly request in writing
to the Employer to confirm verbal orders and the officer
issuing oral instructions shall confirm it in writing within 30 days, failing
which the work shall be carried out as though there is no variation. In case
variation is approved it shall be accompanied
by BOQ, failing which the contractor shall be responsible for deviation if
any. Further, approval of Govt. has to be obtained for
the variation exceeding 5%.
15. Clause
Sec. 3 1.4 Column 7 /
Foot Note 18 K/W-2
Certificates:
Attach certificate from the Engineer- in-
charge
Certificates:
The contractor shall enclose /attach all the necessary
certificates duly attested by the employer.
Sl.No.
Reference to standard
tender documents
Existing Clauses
Modified clauses
16. G.O.No.FD 06 PCL 2006
Bangalore Dated:21.3.2
007 Para No.4
Additional Tender Documents for Procurement of Works
of Value of more Rs.10 crore, documents for
other types of contracts such as lump sum, percentage,
private Sector participation BOT, BOO, BOOT etc.,
and other documents and found necessary
Para 4 of the operative portion of the G.O. will be suitably
modified. Since, it is proposed
to dispense with Form PWG 65 Standard Tender
Documents will be applicable for all contracts irrespective of the value of
the contract. As far as works costing Rs.10.00
69
would be issued in due
course.
Crore & above KW-4 shall
be adopted.
17. Identical Clause numbers
in Tender Documents : All the Standard Tender
Documents may be redrafted with same clause numbers for various
aspects of similar activity to avoid references to
individual documents. Wherever certain clauses are not applicable in
different tender documents, the title shall remain but the content
shall be mentioned as “deleted”.
There is no change in the remaining clauses of the
Standard Tender Documents. The forms PWG 65 and 66 Tender
Documents are discontinued hence-forth.
2) Instructions to the Tenderers, Formats for submission of
tender (unless specified otherwise) and the General Conditions of
Contract, indicated in the standard tender documents shall not be
changed. However, supplementary instructions, if any, to the above, to
take care of local need/specific requirement, shall be provided in the
Data sheet, Special Conditions of Contract, provided for in the
documents.
3) Amendments to the relevant Codes and Rules will be
incorporated indue course.
4) This order will apply for invitation of tenders for
procurement of works to be invited hereafter and shall not be
applicable for tenders already invited.
By Order and in the name of
Governor of Karnataka,
(M.R.SREENIVASA MURTHY)
Principal Secretary to Government
Finance Department
70
PROCCEDINGS OF THE GOVERNMENT OF KARNATAKA
Subject: Provision for price Adjustment for specified
materials for works – Revision Reg.
Read : Govt. Order No. FD 59 PRO CELL 2004, dated:26-
11-2004
Preamble :
In Government Order No. FD 59 PRO CELL 2004 dated:
26thNovember 2004 read above, the following instructions were
issued about price adjustment.
(a) A Price Adjustment clause shall be included in all Works
contracts whose estimated cost put to tender is Rs.100 lakhs or more
and the period of completion is 12 months or more. The
Price Adjustment clause and the formulae for adjustment shall be as
per Annexure-1 of the said G.O.
(b) In works contracts where, Price Adjustment Clause is
provided the Price Adjustment shall be admissible from the date of
opening of tenders (original or extended).
(c) Price Adjustment Clause shall not be included in Goods
and Equipment tender documents. However in respect of tender
documents for procurement of electric cables, transformers,
generators, motors, that have raw material component subject to
price fluctuations, appropriate Price Adjustment clauses may be
incorporated by the Tender Inviting Authority in the tender
documents, with the specific approval of the concerned Head of
the Department or Managing Director of the Public
Undertaking/Board.
The PWD has requested for certain modifications in the above
conditions as the Department is facing problem in procurement of
agencies for implementation of various works due to rapid fluctuation
of rates of construction materials especially cement, steel and
bitumen. This has resulted in poor response to the tenders floated by
the department and also slowdown or stoppage of on-going works by
the agencies. Further, the tender premiums being quoted by the
agencies are very high which creates an opinion that the Schedule of
Rates or the estimates are defective. Hence, P.W.D has requested to
resolve this problem suitably by modifying the existing contract
agreement to absorb the fluctuation in the market prices of major
construction viz., cement, steel and bitumen.
In the procurement Reforms Standing Committee
Meeting held on 2-8-2008, the proposal of PWD for effecting certain
71
changes in the price djustment clause in the Tender Documents was
discussed in detail and considering the frequent fluctuations in the
basic rates of construction materials i.e. Cement, Steel, Bitumen, it
was recommended by the Committee to modify the Government Order
dated: 26.11.2004 referred to above.
The Government has considered the issue in detail and accordingly
the following orders are issued.
Government Order No.FD 3 PCL 2008, Bangalore, dated:21-11-2008.
In the circumstances explained in the preamble, in modification of
the Government Order dated: 26-11-2004, it is directed that the
following price adjustment methods are applicable hereafter.
a) For all works costing more than Rs.50 lakhs, if the
period of execution is more than 12 months, the price adjustment will
be calculated as prescribed in Annexure to G.O. No: FD 59 PRO
Cell/ 2004, dt: 26.11.2004.
b) If the period of execution is more than 6 months but
less than or equal to 12 months for work costing more than Rs.50
lakhs, star rates in respect of specified materials (cement, steel and
bitumen) only shall be payable to the contractor based on the
all India average wholesale price index for the said materials.
The star rates adjustment shall be as per the increase or
decrease in the index as applied to the said materials between
the last date for receiving bids and the date of execution as per
the approved programme of works submitted by the
contractor at the time of execution of agreement which shall
mandatorily be a part of the agreement.
c) If the period of execution is less than or equal to 6
months, for all works irrespective of the cost of the works, price
adjustment or star rates shall not be applicable.
d) In works contracts where price adjustment clause is
provided, the price adjustment shall be admissible from the date of
opening of tenders (Original or extended).
72
e) Price adjustment clause shall not be included in Goods
and Equipment tender documents. However, in respect of tender
documents for procurement of Electric Cables, Transformers,
Generators, Motors that have raw material component subject
to price fluctuations, appropriate price adjustment clauses
may be incorporated by the Tender Inviting Authority in the
tender documents, with the specific approval of the concerned
Head of the Department or Managing Director of the Public
Sector Undertaking/Board.
2. The above mentioned methods of price adjustment clause are
subject to the following conditions:
i) The price adjustment clause or the star rates shall not be admissible if the contract period is extended due to lapse on the part of the contractor.
ii) For the cases (a) and (b) above, if the contract period is
extended due to no fault of the contractor, the modified programme
shall be approved by the competent authority and shall become a part
of agreement for which price adjustment/star rates will be applicable.
iii) For the purpose of working out price adjustment and star
rates, the price index issued from time to time by the Ministry of
Commerce and Industry, Government of India should be adopted.
iv) The formulae for price adjustment shall be as prescribed in
Annexure-1 to the G.O. No: FD 59 PRO.Cell/2004 dated: 26.11.2004,
which is appended.
3. The above instructions will only be applicable prospectively and
shall not be applicable for contracts concluded in the past or being
concluded presently or for tenders already invited.
4. The above instructions shall apply to all Procurement Entities as
defined in Section 2(d) Chapter I of the Karnataka Transparency in
Public Procurement Act, 1999.
5. The above instructions should be appropriately incorporated in the
Standard Tender Documents.
By order and in the name of the
Governor of Karnataka,
(M.R. Sreenivasa Murthy)
Principal Secretary to Government,
Finance Department
73
GOVERNMENT OF KARNATAKA
No. DPAR 2 EPR 2009
Karnataka Government Secretariat M.S. Building
Bengaluru, Dated: 9th October 2012
NOTIFICATION
In exercise of the powers conferred by sub-section (2) of
section 18A of the Karnataka Transparency in Public
Procurements Act, 1999 (Karnataka Act 29 of 2000), read
with section 21 of the Karnataka General Clauses Act, 1899
(Karnataka Act III of 1899) in supersession of notifications
specified in the Annexure to this notification issued in this
behalf, the Government of Karnataka hereby specify that all
procurement entities, in respect of every procurement under
the said Act, value of which exceeds Rupees five lakhs
(Rs.5.00 lakhs) shall procure their Procurements through e-
Procurement platform with effect from the third day of
December, 2012.
By Order and in the name of the
Governor of Karnataka (H.R Nagaraja) Desk Officer1
Dept. of Personnel & Administrative Reforms,
(e-Governance)
74
PROCEEDINGS OF THE GOVERNMENT OF KARNATANA
Sub: General delegation of common financial powers to
Heads of Departments and others - Review of.
Read: (1) G.O.No.FD 7 TFP 91, Bangalore, Dated:16-09-1991.
(2) G.O.No.FD 1 TFP 95, Bangalore, Dated:27-06-1995.
(3) G.O.No.FD 3 TFP 99, Bangalore, Dated:13-06-1999.
(4) G.O.No.FD 4 TFP (2) 99, Bangalore, Dated:15-10-1999.
(5) G.O. No.FD 1 TFP 2001, Bangalore, Dated:02-02-2001.
PREAMBLE:
In the Govt. Order dated: FD 1 TFP 2001 dated:02-02-2001 read at (5)
above, order was issued enhancing the General delegation of common
financial powers to Heads of departments, Divisional level officers, District
level officers, Sub-division level officers and Taluk level officers.
In respect of certain departments, special financial powers have also been
delegated for purchases, repairs, works, write off etc. These powers will be
exercised only by the particular departments to whom such powers have been
delegated.
The common financial powers were enhanced in 2001. The question
of revising these powers was under consideration of the Government. While
revising such powers, special powers delegated to different departments
were also reviewed. It was found that all powers could be brought under
specific items which are common to all departments with some
modifications. Therefore, an attempt has been made to bring all such
powers both under special and common financial powers in one place so as
to make applicable to all departments. This will reduce the proposals from
different departments for delegation of special powers. In course of time the special powers delegated to certain departments will be withdrawn. Accordingly following order is issued.
Govt. Order No.FD 2 TFP 2010, Bangalore, Dated:30-04-2010.
After careful consideration Government are pleased to delegate
common financial powers as specified in the Annexure to this order to all the
75
Heads of Departments and other departmental officers.
2. Subject to provision in para 6 hereunder, these orders are in super
session of the delegation of powers as contained in part-III of Manual of
Financial Powers 1967 and all orders issued as read above.
3. Wherever Special Powers are delegated to the Departments in
respect of certain items included in the Annexure of this order, such
Departments should exercise either special powers or common powers for such
items but not both, until the Special Powers delegated for these items in respect of
their Department are withdrawn.
4. No authority can sub-delegate any of the financial powers delegated by
this order to any other authority wholly or partly.
5. These orders shall come into force with immediate effect.
6. The designated officers as per Government Order No. FD 2 TFP
98 dated: 17-5-1999 will exercise the powers as specified in the Annexure.
By Order and in the Name of
the Governor of Karnataka,
(C. Shamarao)
Deputy Secretary to Government,
Finance Department,
(FR & BCC).
76
77
Annexure to Government Order No.FD 2 TFP 2010 Dated:30-04-2010.
Sl.
No
1
2
Description of power
Administrative approval of
works.
Books and periodicals:-
To sanction purchase of
reference books and journals
for facilitating official work
Heads of Divisional Level
Department Officers
Estimate of Estimate of
Rs.1.00 crore Rs.50.00 lakh
for one work for one work
subject to Subject for
availability of availability of
grants grants
Full powers Full powers
District Level Sub Division Level Taluk Level
Officers Officers Officers
Estimate of Estimate of Rs.5.00 Estimate of
Rs.25.00 lakh lakh for one work Rs.1.00 lakh
for one work Subject to for one work
Subject to availability of Subject to
availability of grants availability of
grants grants
Rs.10,000/- Rs.5,000/- per Rs.1,000/-
per annum annum per annum
3 Stationery
4 Office equipment
5 Computers and peripherals
(subject to the Government
Orders from e-
Governance(DPAR)
Full powers Full powers
Rs.10.00 lakh Rs.5.00 lakh
per annum per annum
Rs.10.00 lakh Rs.5.00 lakh
per annum per annum
Rs.10,000/- each Rs.5,000/- each Rs.2,000/-
time and time and each time and
Rs.1.00 lakh p.a. Rs.50,000 p.a. Rs.20,000 p.a.
Rs.2.50 lakh Rs.1.00 lakh Rs.50,000
per annum per annum per annum
Rs.2.00 lakh
per annum _ _
78
6 Furniture
7 Laboratory equipment and
consumables
8 Drugs & medicines
9 Diet items
10 Tools and machinery
11 Items and implements used
under government
programmes
12 Miscellaneous items for
hospitals/hostels/child
homes/ (utensils, linen etc.)
Full powers Rs.5.00 lakh
per annum
Full powers Rs.50.00 lakh
per annum
Full powers Rs.25.00 lakh
per annum
Full powers Full powers
Full powers Rs.10.00 lakh
Full powers Rs.50.00 lakh
Full powers Rs.50.00 lakh
Per annum
Rs.2.00 lakh Rs.1.00 lakh Rs.50,000
per annum per annum per annum
Rs.25.00 lakh - -
per annum
Rs.10.00 lakh Rs.5.00 lakh per Rs.3.00 lakh
per annum annum per annum
Full powers Full powers Full powers
Rs.5.00 lakh Rs.2.50 lakh Rs.1.00 lakh
Rs.25.00 lakh Rs.10.00 lakh Rs.5.00 lakh
Rs.25.00 lakh Rs.10.00 lakh -
per annum per annum
79
13 Repair & AMC of computer
and related items
14 Repair and AMC of office
equipment and furniture
15 Repair of vehicles
16 Repair and AMC of
machinery and laboratory/
hospital equipment
17 Write off losses
To sanction writing off in
respect of the following.
(i) Government goods
or money lost
(ii) Irrecoverable
departmental revenues
(iii) Irrecoverable loans
and advances
(In all such cases, the
authorised officer
shall record that the
loss has not been
caused because of
fraud or negligence)
Full powers Rs.20.00 lakh
per annum
Full powers Rs. 10.00 lakh
per annum
Full powers Rs.50,000/-
Full powers Rs.20.00 lakh
per annum
Rs.10,000 in Rs.5,000 in
individual case, individual case
subject to subject to
Rs.5.00 lakh Rs.2.00 lakh
per annum per annum
Rs.10.00 lakh Rs.5.00 lakh Rs.2.00 lakh
per annum per annum per annum
Rs.5.00 lakh per Rs.2.50 lakh Rs.1.00 lakh
annum per annum per annum
Up to Rs.30,000 Up to Rs.20,000 on Up to
on one vehicle, one vehicle, subject Rs.10,000 on
subject to to Rs.2.00 lakh per one vehicle,
Rs.5.00 lakh per annum subject to
annum Rs.50,000 per
annum
Rs.10.00 lakh Rs.5.00 lakh Rs.2.00 lakh
per annum per annum per annum
Rs.2,000 in
individual case
subject to _ _
Rs.50,000
per annum
80
18 Writing off goods
To sanction writing off or
disposal of the following
(i) Unusable goods Rs.10,000 in Rs.5,000 in one Rs.2,000 in one _ _
in government one case, case subject to case, subject to
store subject to Rs.1.00 lakh Rs.50,000
Rs.2.00 lakh per annum per annum
per annum
_ _
(ii) Perishable items Full powers 2% of the value 2% of the value
like plant, food of the item, of the item,
material, subject to subject to
consumables, Rs.1.00 lakh Rs.50,000
drugs, fertilizers, per annum per annum
etc.
(iii) Unusable books Full powers Full powers Full powers Full powers Full powers
and periodicals.
(iv) Obsolete or Full powers Rs.10,000 in one Rs.5,000 in one -- --
unserviceable case subject to case subject to
equipment Rs.5.00 lakh Rs.1.00 lakh
per annum per annum
(v) Vehicles beyond Full powers _ _ -- --
economic repair,
subject to
certification by
the RTO
(Subject to certificate by
the competent authority
that the condition of
obsolescence, expiry, or
unserviceability has not been caused by negligence in planning,
procurement or maintenance)
81
19 Advertisement.
(i) To sanction publishing of
official advertisements
subject to guidelines from
Department/Directorate of
Information and Publicity,
and also subject to
availability of grants for this
purpose.
(ii) To sanction printing of
publicity material under
government programmes
20 Hiring of vehicles at rates
approved by DPAR/
Transport Department
Rs.50,000 in Rs.20,000 in one Rs.10,000 in one
one case, case subject to case subject to
subject to Rs.2.00 lakh per Rs.1.00 lakh per
Rs.10.00 lakh annum annum
per annum
Full powers Full powers Rs.10,000 in one
case subject to
Rs.1.00 lakh
per annum
Full powers Rs.20,000 p.m. Rs.10,000 p.m.
at a time subject at a time subject
to Rs.100,000 to Rs.50,000
per annum per annum
Rs.5,000 in one
case subject to
Rs.50,000
per annum
Rs.1,000 in one
case subject to
Rs.10,000 per
annum
Rs.5,000 p.m. at a
time subject to
Rs.50,000 per
annum
Rs.1,000 in
one case
subject to
Rs.10,000
per annum
Rs.500 in one
case subject to
Rs.5,000 per
annum
Rs.2,000 p.m.
at a time
subject to
Rs.25,000 per
annum
82
21 Training
To sanction training
programmes, and incur
expenditure on honorarium,
transport, training material,
contingency, etc. subject to
the programme being
authorised under some
approved scheme.
22 Advances
(i) To sanction tour advance
(ii) To sanction house
building advance as per rules
and subject to allotment
(iii)To sanction vehicle
purchase advance as per
rules and subject to allotment
23 Hiring of building in
consultation with PWD/Rent
Controller
Full powers Rs.20,000 at a Rs.10,000 at a
time, subject to time subject to
Rs.2.00 lakh Rs.1.00 lakh per
per annum annum
Full powers Full powers Full powers
Full powers Full powers Full powers
Full powers Full powers Full powers
Rs.50,000/- for Rs.25,000/- for a Rs.20,000 for a
a building for a building for a building for a
month month month
Rs.5,000 at a time
subject to
Rs.50,000/- per
annum.
Full powers
--
--
Rs.10,000 for a
building for a
month
Rs.2,000 at a
time subject to
Rs.20,000 per
annum
Full powers
--
--
Rs.5,000 for a
building for a
month
83
24 Exhibition
To sanction expenditure for
participating in Dasara
Exhibition or similar activity
of creating awareness.
25 Hiring manpower
Subject to guidelines from
DPAR/FD, and subject to
vacancy of posts or
availability of grants for
service-outsourcing
26 Refunds
To sanction refund of
revenue including fees, fines,
etc. and to refund wrong or
excess credit, subject to the
claim being established with
authenticated documents
27 Countersignature of AC bills,
etc. subject to budgetary
limits and appropriate
authorisation. Up to Rs.2
lakh, the authorization can be
given by the Controlling
Officer. For A.C. bills above
Rs.2 lakh, the authorization
has to be obtained from the
Finance Department.
Full powers Rs.50,000 per
annum
Full powers --
Full powers Full powers
Full powers Full powers
Rs.25,000 per Rs.5,000 per annum ---
annum
- - -
Full powers Full powers Full powers
Full powers Full powers Full powers
84
28 Reappropriation
To sanction reappropriation from one
detailed head of account to another
within the same major head in the
Departmental budget provided it does
not involve.
a) A diversion of provision from
the plan to non-plan items.
b) Diversion of provision for
schemes eligible for assistance
from central Govt. or other
institutions to other schemes.
c) The undertaking of a recurring
liability
d) An increase in the allotment
for secret service expenditure
e) Expenditure on a new service.
f) An increase on an item the
provision for which has been
specifically reduced by a vote
of the legislature.
g) From charged item to voted
and vice-versa.
h) Diversion of funds for
purposes other than that
provided in the Budget (Article
308 to 314 of KFC)
General Conditions:
Rs.5.00 lakh
between two units
of appropriation
under same major
head and within
same demand.
_
_ _ _
1. All relevant rules, procedures and instructions under the Karnataka Transparency in Public
Procurement Act, 1999 and Rules, shall be followed to ensure transparent and cost-effective
procurement.
2. All procurement should be within the annual approved budgetary grants. Delegated powers
including ‘Full Powers’ are to be exercised subject to that limit.
85
3. It will be the responsibility of the officer exercising the delegated powers to ensure that the items of procurement are essential and that the process being followed is as per the KTPP Act and Rules so as to make quality procurement at competitive prices.
4. This order of delegation of financial powers does not supersede economy orders issued by Finance Department. Similarly, specific orders from e-Governance on procurement of computers, from DPAR on purchase or hiring of vehicles, outsourcing etc. need to be
followed.
5. For new schemes, only after approvals at all levels and issue of Govt. Order regarding
operationalising the scheme, these delegations will apply.
6. These delegated powers cannot be further subdelegated by the departments.
86
Sl. Description of power Heads of Divisional District level Sub-Divisional Taluk level
No. Department level officer officer level officer officer
1 2 3 4 5 6 7
KCSR:
29 To authorize subordinate Full powers Full powers Full powers Full powers Full powers
Government servants to
proceed on duty beyond the limits of their charges but
within the State (vide rule 16(a)
of KCSRs)
30 To authorize subordinate 1) Non 15 days in 15 days in case of
Government servant to proceed Gazetted Full case of non- non-gazetted
on duty beyond the limits of powers gazetted
their charges outside the State 2) Gazetted
within India (vide Rule 16(b) of 15 days KCSRs)
31 To sanction the acceptance of Full powers Full powers Full powers Full powers Full powers
remuneration by Government
servants under their control for
work as examiners for various
examinations conducted by
Government departments or
bodies set up by Government or
Universities within the State in
accordance with the scales
sanctioned (vide Rule 28(d) of
KCSRs).
87
32 To sanction the acceptance of Full powers Full powers Full powers --- ---
fees by Government servants (NGOs) (NGOs) under their control from a private person, a private body or a public body whose funds
are administered by
Government when not covered
by any rules, special or local
law or orders of Government (vide Rules 28 and 29 of KCSRs).
33 To sanction in-charge
arrangements in posts which are
vacant or the incumbents of
which are absentees and the
filling up of which requires the
sanction of a higher authority
(vide Rule 32,68,192 & 196 of
KCSRs) Government servants
who are in the scale of pay of:
a) Rs.14050-25050 and 4 months 3 months 2 months --- ---
above
---
ii) Rs.10800-20025 and 6 months 4 months 3 months 2 months
above but below
Rs.14050-25050
iii) Rs.4800-7275 and above Full powers Full powers Full powers Full powers Full powers
but below Rs.10800-20025
88
34 To sanction, the extension of
joining time to subordinate non-
gazetted Government servants
(vide Rule 86 of KCSRs)
35 To sanction maternity leave to
married female Government
servants (vide Rule 135 of
KCSRs)
i) Gazetted
ii) Non-gazetted
36 Sanction of leave other than
special disability leave to
subordinate Government
servants (vide Rule 192 and
196 of KCSRs);
Government servants who are
in the scale of pay of:-
i) Rs.14050-25050 & above
ii) Rs.10800-20025 but
below Rs.14050-25050
iii)Rs.4800-7275 & above
but below Rs.10800-20025
Note: The powers to sanction
leave as above includes the
powers to sanction leave
preparatory to retirement but
does not include the powers to
refuse earned leave applied for
as leave preparatory to
retirement.
Upto 15 days Upto 15 days --- --- ---
---
Full powers Full powers Full powers Full powers
Full powers Full powers Full powers Full powers
4 months 3 months 2 months
6 months 4 months 3 months 2months ---
Full powers Full powers Full powers Full powers Full powers
89
37 Sanction of encashment of
earned leave once in block
period of two years in
accordance with rule 118 of
KCSRs.
38 Encashment of earned leave at
the time of retirement or at the
time of death while in service in
accordance with rule 118(A) of
KCSRs.
39 To sanction disbursement to
subordinate non-gazetted
Government servants of arrears
of leave salary arising as a
result of the sanction or
communication of leave more
than one year from the date of
relief (vide rule 198 of KCSRs)
40 To order the retirement on invalid pension of non-gazetted
Government servants appointed
by them or by a lower
authority, who by bodily or
mental infirmity are
permanently incapacitated from
the public service (vide rule
273 of KCSRs)
41 To sanction in exceptional
cases, road metreage both ways
for road journeys made by
subordinate Government
servants between places
connected by rail vide (rule 462
(h) of KCSRs)
Full powers Full powers Full powers Full powers Full powers
Full powers Full powers Full powers Full powers Full powers
Full powers Full powers Full powers Full powers Full powers
Full powers Full powers Full powers --- ---
Full powers Full powers --- --- ---
90
42 To sanction daily allowance for
halts on tour exceeding 10 days (i)30 days in (i) 20 days in (i) 15 days in case
case of case of of Gaz officers
at a place to subordinate Gaz. Officers Gaz officers ------ -----
-
(ii)60 days (ii) 30 days
Government servants (vide rule (ii) 90 days in case of in case of
516 of KCSRs) in case of Non- gaz Non- gaz
Non-Gaz
43 To allow subordinate
Government servants on
transfer, the actual cost of Full powers Full powers Full powers Full powers Full
powers transport by rail or other
craft or their conveyance at owner’s
risk (vide rule 532 (3) (A) (1)
(4) (2) of KCSRs)
(C. SHAMARAO)
Deputy Secretary to Government
Finance Department,(FR& BCC).
1
Case 1:
Procurement of works: (Procurement Planning)
Under PMGSY an all weather road was proposed and was entrusted to a
contractor at his tendered cost of Rs. 1.20 crores. The scheme guidelines
stipulates for a proper survey to asses land availability and feasibility of the
work. The detailed project report should have the entire checklist for its
approval. It was certified that the road formatting width was available as per
the guidelines and no need to acquire extra land.
The state quality monitor inspected the alignment of the road and
reported that the width of the road was insufficient, and the alignment ran
along the side of the deep stone quarry. He suggested some protective
measures. An aggrieved person “X” moved the court and obtained stay for
acquisition of his land for the road work. The authorities inspected and stated
that the estimate for the work was prepared without considering Guidelines as
stipulated and were not technically feasible and ordered the work to be
dropped. Till then an expenditure of 25 lakhs has been incurred towards
construction of embankment. The audit objected with the above facts that this
is a clear indication of giving sanction to the works in a routine manner instead
of inspecting at the spot.
The Audit observed that flouting of the scheme guidelines and failure of
the authorities in conducting survey and investigation to ensure existing
connectivity, proper alignment availability of land, technical feasibility prior to
proposing the work resulting in abandoning the work rendering the
expenditure of Rs. 25 lakhs wasteful. The audit Para was incorporated in the
CAG report.
Analysis of the case:
The procurement schedule should form the basis of the preparation of
designs and specifications to match the scheme guidelines. It should also help
to recognize problems and to take corrective measures. The planning should
understand the sequence and timing of the procurement stages, their
contribution and responsibility at each stage, as mentioned in circular No.
PWD 1359/SO/FC 2001(P2) 25.10.2002. The above guidelines have not been
followed which resulted in wasteful expenditure of 25.00 Lakhs. This attracts
the provisions of KCS (CCA) Rules 1957 for the act of negligence.
Questions : What is the planning process in implementing a project?
2
CASE 2 :
Unfruitful Expenditure:
The construction of lift irrigation scheme was completed during 1978 at a
cost of 5.5 lakhs. The lift irrigation scheme could not be put to use unless
second stage lift irrigation scheme is approved and taken up. The second stage
was administratively approved comprising of a delivery chamber, canals,
erecting of pumping machinery which involves acquisition of land. The civil
portion of work was entrusted to a contractor for 21.7 lakhs and an
expenditure of 15.7 lakhs was incurred. It could not be completed due to land
acquisition problem. Supply and erecting of machinery was approved at a cost
of 1.36 crores. In the 2nd stage the rising main was laid up to 250 meters
against 1100 meters and the work was stopped due to non availability of land.
The updated expenditure incurred on the 2nd stage was 1.19 crores.
Audit observes that the Land acquisition proceedings started in 2001
could not be completed due to nonpayment of deposit amount by the engineer
in charge therefore construction of the second stage lift irrigation scheme
could not be completed rendering the expenditure of 1.25 crores made till date
on the scheme is unfruitful.
Analysis :
As per standard Tender Document 18 of the Contract conditions the
employer shall give possession of the site to the contractor.
Contract management in the context of execution of work means that the
public procurement authority is responsible for securing due performance of
contract by making available the required land as per the terms and the
condition set forth in the contract document without giving room for cost
overrun or time overrun in the completion of the project. In the present case
because of the failure of the authorities in providing land for execution of the
contract the expenditure became unfruitful.
Questions
1. Can a work order be issued to a contractor before handing over of
work site in full?
2. In case of delays, what should be the standard procedure to be
adopted?
3
CASE 3 :
Extra Expenditure Due to Defective Estimate :
Govt. approved the entrustment of the work of widening and
strengthening of the existing road to a contractor at a cost of Rs. 7.75 crore
which was 24.1% above the SR rates for 2007-08. The quantity of the
excavation in ordinary soil increased from 14,750 cmt to 28,500 cmt.
The extra amount paid at a higher rate resulting in avoidable extra payment of
39 lakh to the contractor.
Analysis :
The specification prescribed by the ministry of surface transport, Govt. of
India, for preparation of estimates for road works shall be followed by the
institution. In the specification cross section of the road are to be taken at an
interval of 15 meters in plain and rolling terrains to determine accurately the
quantities of road way excavation. Contrary to this the institution has adopted
an adhoc basis for estimation. This estimate was not checked by the drawing
branch. Though there are faulty investigation that the ground level in the
stretches was 1 to 1.5 meters higher than the existing road level estimate was
approved by the higher authorities. This resulted in faulty estimates. The
action of the CE in not following the prescribed specification led to avoidable
extra payment of 40 lakhs. This attracts the provisions of KCS (CCA) Rules
1957 for the act of lack of integrity.
Questions
1. Discuss the preparation of estimates on the basis of standard
specification.
2. Discuss the importance of survey report before preparation of
estimates.
4
Case 4 :
Undue Benefit to a Contractor:
The work of widening and construction of Road in a local body was taken
@ a cost of Rs. 4.00 Crore, based on the schedule of rates (SR) for 2006-07.
Technical sanction was accorded by the CE and short term item rate-tenders
were called by the EE. Only two tenders were received. The commissioner
recommended the lower of the two tenders for approval of the State Govt..
Govt. negotiated and approved the lowest tender at 15% above the estimated
cost based on SR of 2007-08.
Details of quoted rates in respect of some of the items are as detailed. Sl. No. Item of work Estimated
Rate Estimate Cost in Crores
Tendered Rate
TC % + or -
1. Construction of wet mix macadam
1500.00 0.69 2220 1.02 +50
2. Providing & laying dense bituminous macadam
6400.00 1.18 9462 1.74 +47
3. Providing & laying bituminous concrete
7000.00 0.80 10600 1.21 +51
4. Providing & constructing coursed rubble stone masonry drain
4200.00 1.08 800 0.21 (-)81
Out of 20 items of work entrusted to the contractor as per agreement, the
amount quoted for 19 items worked out to Rs. 5.60 crore which was 41.1%
above the estimated cost based on SR of 2007-08. The amount quoted for the
remaining item i.e “Construction of rubble stone masonry drain was 20.70
lakhs as against the estimated cost of 1.10 Crore which was 81% below the
estimated cost on SR rates.
During inspection the CE cited lack of space on the road side for
stacking materials due to heavy traffic and suggested construction of drain
with reinforced cement concrete (RCC) instead of coursed rubble stone. The
construction of RCC drain was paid for as an extra item at the schedule of
rates for 2008-09, Plus the tender percentage of 14.48 %. The reason given by
EE for change of scope is blockage of traffic due to stacking of materials. This
was not approved by the commissioner. The additional cost on this was Rs. 87
Lakhs.
5
There was no evidence on record as to assessment of heavy traffic. The
approval of the Government was given and the contractor entered in to an
agreement. The CE order for conversion of coursed rubble stone drain to RCC
drain before the contractor entered in to an agreement and also before the
sanction of Government.
Audit observed that there are irregularities in the tendering process
which should have been aborted due to lack of competition coupled with
unjustified change over from stone masonry to RCC for the road drains
resulted in an undue benefit of 90 lakhs to the contractor.
Analysis of the Case
(i) Process of evaluation and negotiation
The contracts are to be awarded to the lowest evaluated technically and
commercially responsive tenderers meeting the prescribed qualification criteria.
The tenders are to be evaluated both for Technical Responsiveness and
Responsiveness of financial bid. While evaluating the financial bid the items
for which the rates are considered very high and are contributing to the
increase are to be identified. In this case all the 19 items except one item of
rubble stone masonry were hiked which was 41% above the estimated cost of
the present year scheduled rates. The option open to the tender accepting
authority in absence of the competitive prices was to reject the tenders, and to
invite fresh tenders. The tenderer has quoted 80% below the SR rates for one
item (2006-07) (for rubble stone masonry) with an intention to bring down over
all percentage considerably low and to get the award after negotiation at the
rate of 15% above the recast (2007-08) estimated rates.
The guidelines for negotiation before award mentions that a substantially
high tender is one where the price quoted by the contractor is above 10% of the
updated (recast) estimate and where price adjustment is provided. In this
instance case this is a substantially high tender. Tenderer has quoted 14.45%
above the Recast estimate. The option open was to reject the tenders and go
for fresh tenders. (Circular dated 3.12.2002).
It was also observed that lack of space on the road side for stacking
materials due to heavy traffic and changing of specification of the drain from
coursed rubble stones to RCC is before the contractor executed the agreement
raising following questions.
6
The inspection of the CE was conducted before signing of the contract i.e before
issue of work order.
1. Govt. accorded approval during June 2008.
2. Contractor executed agreement on July 2008.
3. CE’s inspection to alter the scope of work during June 2008.
Change in the Item of Work
The Suggestion of the CE for variation to a new item of work from
coursed rubble stone drain to RCC drain was enforced by the EE despite the
fact that every variation order authorizing a new item of work was to be
approved by the commissioner (TAA) before execution of work. The reason
given for change of item of work was not tenable as the traffic conditions were
within the knowledge of the contractor before submission of the bid and were
intentionally factored in his quoted rates. Thus the changeover was not need
driven and was directed towards relieving the contractor of the responsibility
of constructing stone masonry drain at this abnormally low rates, thereby
resulted in undue benefit of 90 lakhs to the contractor. This attracts the
provisions of KCS (CCA) Rules 1957 for the act of lack of integrity
Questions
1. What is meant by change in scope of work? Give examples
2. What are the circumstances inevitable for change of scope of work?
Explain the procedure.
3. What should be done to avoid such future occurances?
7
CASE 5 :
In fractious Expenditure
Faulty execution of a drinking water supply scheme rendered the scheme
non functional due to contamination of its source by sewage water.
A drinking water supply scheme to a town with an existing tank as a
source was approved at a cost of 4 crores. A sum of Rs. 5.2 crore was
incurred on the work for completion of all components. The drinking water
supply scheme was not been commissioned as the tank has not been filled
and contaminated by sewage water which resulted in an in fractious
expenditure, by denying of drinking water facility to the intended population.
Analysis :
During initial investigation it was recorded that the tank was not filled
during the last 4 years due to closure of its feeder channels. Even the report
accompanying the estimate was also highlighted this aspect. The minor
irrigation department cleared 10,033 cubic meter of silt from 8 feeder channels
it was also within the knowledge that the sewage water from the town was let
in to the valley and draining in to the tank. Before going for the scheme of
water supply, diversion of sewage from the tank should have been taken up.
The authorities replied to Audit that the sewage entering the tank has
been diverted at one point and there is progress in diversion at the other
points. The entire cost including the water treatment plant/ pump set which
are likely to become dysfunctional if not put to use, had not also been tested
and commissioned.
This case is an instance of impropriety and extra expenditure involving
Rs 5 crores. Authorization of expenditure from public fund is to be guided by
the principles of propriety and efficiency of public expenditure. Authorities
empowered to incur expenditure are expected to enforce the same vigilance as
a man of ordinary prudence would exercise in respect of his own money and
should enforce financial order and strict economy at every step. This is a clear
case of lack of integrity as per KCS(CCA) Rules 1957
Questions
1. What are the reasons for the expenditure to become in fractious?
2. Write down the points to avoid in fractious expenditure
8
CASE 6 :
Skewed Planning and Faulty estimation
Skewed Planning and Faulty estimation resulted in escalating the cost of
the Reservoir and delaying its completion.
A contract for the work of improvements to a reservoir, a source of
drinking water to the town was awarded to a contractor for 5.7 crores (1.7%)
below the estimated cost, and to complete the project within 9 months. There
is a dispute between two local authorities in sharing of water from the
reservoir. Due to the dispute the contractor could not commence the work;
also the estimate was not prepared on the investigation. The technical
committee which examined the work found that a comprehensive investigation
of the reservoir had not been carried out resulting in faulty estimate. The
dispute was resolved after one year and the contractor expressed his inability
to carry out the work at the quoted rates in view of the delay in
commencement. The board approved higher rates as per the S.R of 2007-08
this resulted in an additional liability of 1.5 crores. Even after resolving
dispute the board took possession of the tank after two years.
There was mismatch between the scope of work as per the tender and
the requirement based on detail investigation. The board approved these
deviations resulted in increase over the tender qualities. After all these
exercises the contract price was raised from 5.7 crores to 14 crores.
Audit observed that the work was awarded without resolving a long
pending dispute over sharing of water and without preparing the estimate
based on investigation, these lapses resulted in long delay in commencement
of work and avoidable payment of 2.2 crores besides depriving the targeted
population from drinking water supply.
Analysis
Dispute existed even before the Board approved the estimate for the
improvement of the reservoir. Also a comprehensive investigation of the
reservoir was not carried out before preparation of the estimate, resulting in
approximation in preparation of the estimate. The board could not take
possession of the reservoir soon after resolving dispute. Major changes in the
scope of work are done after investigation resulted in increase over the tender
quantities and many extra items. All these resulted in delay in execution and
9
escalation of cost to 9.00 crores. Also payment of extra amount of 2 crores
between the tendered rates and the revised higher rates which was avoidable.
Adequate and accurate planning and realistic estimation of various
components of the projects based after proper survey and investigation,
availability of the land/site resolving the disputes if any of the site are the
factors governing successful contract management.
This is a case of impropriety and authorities concerned for non-resolving
the dispute and approving the estimate without the process of investigation
contributed for impropriety. It is clear violation of Codal provisions of KPWD.
Questions
1. What are the components required at the time of project report for
execution of a project?
2. What role does the planning play?
3. What are the methods of supervision as prescribed by KTPP Act,
Karnataka Financial Code or your department?
10
Case 7 :
Procurement of Solar Lights:
The District Planning Committee approved the proposal of providing solar
lighting system to SC/ST colony of a town under backward region Grant fund
scheme. Accordingly it was approved by ZP. The EO prepared Action plan for
supply of 80 sets of solar lighting system with an estimated cost of 50 lakhs.
While according sanction the ZP ordered to invite short term tenders or
purchase through DGS&D.
The Taluk Panchayath directed to invite quotations as the same was
discussed in the Finance and audit standing committee of the TP. The EO
invited quotations. The finance and audit standing committee of the TP resolve
to procure solar lighting systems from the lowest rate quoted supplier from out
of the quotations invited. This was also approved by the ZP Subsequently.
Audit observes that the rates quoted by lowest quoted supplier
(Rs.66000/- per set) was much higher than the rate contract under DGS&D
(Rs. 24209/- per set). The Director Quality assurance of DGS&D confirmed
that the quoted rates were higher than their rates. Thus failure to follow the
prescribed procurement procedure by the Finance and Audit standing
committee of the T P resulted in avoidable expenditure of 32 lakhs on purchase
of solar lighting system.
Analysis:
The KTPP Act 1999 is implemented from 4th Oct 2000. As per Section 5
of the Act “on and from the date of commencement of this Act no procurement
entity shall procure goods or services except by inviting tenders for supply”.
Under section 4(f) of KTPP Act the goods and services procured under DGS&D
is exempted from the procedure of inviting tenders.
The cost was estimated in this case for 80 sets were Rs 50 Lakhs. As per
KTPP Act if the cost is above 1 Lakh, It is mandatory on the part of the
procurement entity to invite open tenders. But in this case quotations were
invited for a single set and purchased 80 sets, which is contrary to the
provision of the Act and Rules. The notice inviting tender shall contain
description of the material, specification, quantity to be purchased and the
approximate market cost on the basis of the enquiries. In the above case
11
without observing all these formality locally quotations were invited for rate
contract. From the date on which KTPP Act came in to existence entering into
the rate contract for goods and services is prohibited. This attracts the
provisions of KCS (CCA) Rules 1957 for the act of lack of integrity
Questions
1. What are the provisions to invite Quotations and tenders?
2. What is the roll of tender inviting authority in this case?
12
CASE 8 :
Non recovery of Securities and statutory deductions in R A bills.
An organization awarded work on construction of Auditorium & Sports
complex at an estimated cost of 7.25 crores. It was awarded to a contractor “X”
and was asked to submit 5% PSD before signing of the contract. The
contractor pleaded inability to submit PSD and requested for a period of 6
months and to issue work order. Subsequently the contractor was issued work
order and the authority ordered to recover PSD in RA bills. The contractor was
given 35 lakhs mobilization advance at an interest rate of 15% as in tender
document The period of contract is 15 months and monthly progress both
financial and physical fixed at 60 lakhs. He has submitted 9th RA and final bill
for Rs 1,85,00,000 after completion of 18 months there by delaying 3 months.
The contract data provides for recovery of liquidated damages at Rs.
72,500/day for delay after the completion of stipulated contract period. The
liquidated damages calculated at 0.1% of the contract price per day subject to
a maximum of 10% of the contract price.
During audit the following observations are made
1. Non collection of PSD is against KTPP Act.
2. The statutory deduction like income tax, VAT, CBF & Interest on
mobilization advance was not recovered in all the RA bills.
Analysis
On the date of Audit, 8 RA bills were paid to the tune of 5.2 crore to the
contractor in all the 8 RA bills neither the PSD nor other statutory deductions
including mobilization advance with interest was not recovered. As per the
agreement clause the recovery of mobilization advance shall commence from
2nd running account bill onwards and be recovered at 5 lakhs for every 1 crore
value of bills.
As per the clause 25 of the KW4 standard tender document and Govt.
order dated FD4PCL 2008 Dated 14.10/2008 the performance security shall be
paid by the contractor within 20 days of the receipt of the letter of acceptance
for an amount equivalent to 5% of the contract price in any of the form (Cash,
Bankers cheque, Demand Draft, Pay order & NSC) specified in the standard
tender document. Failure of the successful tenderer to comply in furnishing
the PSD shall constitute sufficient grounds for cancellation of award and
forfeiture of EMD and treating the tender as non responsive.
13
In the present case awarding the contract without collecting PSD at the
time of contract and to collect the PSD in RA bills is against the provisions of
the KTPP Act. PSD is not recovered even in the RA bills.
The Mobilization Advance of 35 lakhs was paid on an unconditional
Bank Guarantee with an interest rate of 15% and recoverable after first RA bill
at 5 lakhs for every 1 crore progress. The contract DATA also stipulates the
same conditions with recovery of interest. In all the 8 RA bills with a progress
of 5 crore, mobilization advance with interest was not recovered. Non recovery
of PSD and M.A in the above case in all the RA bills (up to a progress of 5
crores) shows undue favor to the contractor. If the contractor discontinued the
work for any reason the authority have no hold on the contractor. If the
security deposits were collected public money will be safeguarded.
Income-Tax on all contract bills shall be recovered by the DDO at 2% of
the total value of the bill and shall be remitted to the IT head of account before
10th of subsequent month. The DDO should have TAN No. and (Tax Deduction
Account Number) the contractor / Firm should have a PAN No. The amount
deducted shall be paid to Income-Tax Dept in favor of the PAN No. of the
contractor.
As per 194 C (2) Any person responsible for paying any sum any resident
in pursuance of the contract with the sub contractor for carrying out or for
the supply of labor for carrying out the whole or any part of the work
undertaken by the contractor or for supplying wholly or partly any labor which
the contractor has undertaken to supply shall at the time of credit of such
sum to the account of the contractor / sub contractor or at the time of
payment thereof as cash or by issue of a cheque or draft or by any other mode
whichever is earlier deduct an amount equal to 1% or 2% of income comprised
there in. As per 194 “C” the Threshold limit of payment in a year is 30,000
(Individual 1%, firm 2%). Non deduction of IT in all the 8 RA bills contravenes
the provision of Sec 194 C (2) f IT Act for which DDO is held responsible.
The DDO shall deduct sales tax from the Contractors bill as and when
the amount is paid to the contractor at 13.5% of the total value of the bill paid.
The amount so deducted shall be paid to the sales tax head of Account before
10th of subsequent month and a return has to be submitted by DDO
comprising of all such deductions made by the contractors to the Dept.
The contractor benefit fund at 0.1% has to be deducted by the contractor
and shall be sent to CE C & B Bangalore immediately. The labor cess at 1%
shall be collected as per tender conditions.
14
The contractor has presented 9th RA and final bills for Rupees 1,85,00,000
The liability are as follows
1. PSD 36,25,000 36,25,000
2. M.A
Int. on M.A
35,00,000
7,87,500
35,00,000
7,87,500
3. I.T 12,24,000 12,24,000
4. S.T 5% 30,60,000 30,60,000
5. Liquidated damages 65,25,000 65,25,000
6. C.B.F. 72,500 72,500
7. Labor Cess 7,25,000 7,25,000
6. TOTAL 1,95,19,000 1,85,00,000
Since the liability of the contractor is 1,95,19,000 and his bill is
1,85,00,000 the bill has to be passed for 1,85,00,000. The balance of L.D of
Rs. 10, 19,000 may be recovered from the contractor as arrears. If there are
any damages identified during defect liability period the same may be got
rectified from the PSD. The balance of L.D. may be recovered from the PSD at
the time of refund.
Questions
1. What is the percentage of Income Tax for individual and a firm?
2. When Service Tax has to be deducted?
3. Explain responsibility of the DDO in recovering statutory
deductions.
15
Case 09 :
Short Term Tender
The work of construction of a canal for supply of drinking water to a
town was entrusted to a contractor “X”. The progress of the work was not as
per schedule and the contract was terminated.
The Department due to the exigency of supplying drinking water to the
population floats short term tender estimating 30 lakhs for the balance of
work. The minimum time specified for submission of tender was 15 days. 3
Bids were received ( A,B,C). The lowest bidder “C” was awarded the contract.
The bidder “B” filed a writ petition in the High Court. The reason for
filing writ petition was that the minimum period of 30 days for submission of
tender was not given and the reduction of minimum period should have been
done by the Tender accepting authority (M D), where as in this case SE has
accorded sanction for reduction of minimum period for submission of tender.
The award of Honorable Court is as follows “ Karnataka Transparency in
Public Procurement Act 1999 Sec 6 & 23; KTPP Rules 2000, Rule 17(1) and (2)
submission of tenders – Authority competent to authorize reduction in time
stipulated for where tenders were invited by EE, Reduction in time authorized
by SE, who is authority superior to EE is competent and reason given for such
reduction in time i.e expedition completion of irrigation canal to provide much
needed water supply to farmers is valid. Tender notification issued stipulating
reduced time for submission of tenders cannot therefore be said to be violated
by any error or irregularity” (Karnataka Law Journal 2008 (6))
Questions
1. Discuss the procedure for reduction of the minimum period for
submission of tender.
16
Case 10 :
Validity of the Tenders During extended period.
Tenders were invited for the construction of barrages across a river at various
places. 17 bids were received. The tenders were opened on 8.11.2001. The
tender validity period was up to 7.2.2002 (90 days). The evaluation was not
done before 7.2.2002, Hence the validity period was extended up to 7.4.2002.
This extension was not accepted by the lowest bidder. After the completion of
extended period, it was further extended up to 7.6.2002. Now all the 17
bidders accepted for this extension of tender. Tenders were cancelled on
13.5.2002 (under rule of 22(3) of KTPP Rules) and a decision was taken to
invite fresh tenders and communicated.
The lowest bidder filed a writ petition questioning the authorities’ decision in
canceling the bids during the second extended validity period the Honorable
court opined.
“-------Now the question arises for consideration is weather the TAA had the
power to extend the validity of Tender beyond 7.4.2002. In other words,
weather the TAA had the power to grant the second extension.
Karnataka Transparency is Public Procurement Rule 22 (1) (2) (3) reads as
under
Time taken for evaluation and extension of tender validity: - 22 (1) the
evaluation of tenders and award of contract shall be completed, as for as
possible, within the period for which the tenders are held valid.
(2) The Tender Accepting Authority shall seek extension of the
validity of tenders from the tenderers for the completion of evaluation, if it is
not completed within the validity period of tender.
(3) In case the evaluation of tenders and award of contract is
not completed within extended period, all the tenders shall be deemed to have
become invalid and fresh tenders may be called for.
Completion of evaluation of Tenders within the period stipulated is the rule and
only in exceptional cases, the period of evaluation may be extended under Rule
22(2). Therefore when this power is to be exercised as an exception, the said
provision has to be construed strictly. Sub rule (3) of rule 22 categorically
provides that even if the evaluation of the tender is not made within the
extended period then no option is given to the TAA and the legislature has
17
made his intention clear by using the words that all the tenders shall be
deemed to have become invalid and fresh tenders have to be called for,
therefore once the TAA does not evaluate tenders within the stipulated period
or within the extended period then that tender becomes invalid and no
discretion is given to the said authority except to call for fresh tenders.
Therefore the writ petition does not find any merit and are rejected”.
2003(6) Karnataka Law journal KLJ 243 : 11.3.2003.
Questions
1. What is the minimum validity period of a tender?
2. Whether the minimum validity period can be extended? To what extent?
Under what circumstances?
3. Whether the consent by all the bidders required?
.
18
Case 11:
Minimum time for submission of Tender
Tenders were invited for supply of food materials to different hospitals. The
date of notification was 17.2.2005 and the date of submission was 15.3.2005.
A writ petition was filed on the ground that the notification is contrary to Rule
17 of KTPP Rules 2000. According to the petition the minimum period of 30
days was not provided in the notification and hence requested to quash the
notification
Honorable Court opined:
“As per Rule 17 of the KTPP Rule 2000 which reads hereunder
Minimum time for submission of tenders : (1) Tender Inviting Authority shall
ensure that adequate time is provided for the submission of tenders and
minimum time is allowed between date of publication of the Notice Inviting
Tenders in the relevant Bulletin and the last date for submission of tenders.
This minimum period shall be as follows.
(a) For tender up to rupees two crores in value, thirty days, and
(b) For tenders in excess of rupees two crores in value sixty days.
17(2) any reduction in the time stipulated under sub-rule (1) has to be
specifically authorized by an authority superior to the Tender Inviting
Authority for reasons to be recorded in writing.
From a reading of the above provision, it is clear that the time stipulated under
sub-rule (1) can be reduced by an authority superior to the tender inviting
authority for the reasons to be recorded in writing. Even if the officials of the
respondents were deputed on election duty even if the notification is not in
accordance with sub-rule (1)(a) of Rule 17, still the 4th respondent or 3rd
respondent could have obtained permission from the superior authority to
publish the notification even before completion of 30 days time. The
respondents have not explained the reasons for having not obtained such
permission from the superior authorities. Even though the law provides for
such an act, when the respondents have acted contrary to the Rule 17(2) of
the Rules 2000, this Court has to quash Annexure-A issued by the 4th
respondent contrary to sub-rule(1)(a) of the Rules. When such being the case,
this Court cannot permit the respondents to proceed with the finalization of the
tender, when the respondents have committed an error on the face of the
record.
19
In the result, the writ petition is allowed. Annexure –A, dated 17-2-2005
issued by the 4th respondent is hereby quashed. It is open for the 4th
respondent to issue fresh notification for remaining period and to finalize the
tender process in accordance with law.
2005 (1), KLJ 287 Dated 13.10.2004
Questions
1. Who is competent to reduce the Min time for submission of
Tenders
2. What is the procedure to be adopted in reducing the minimum
period?
20
Case 12 :
“Authorization to Reduce Minimum time for Tender Submission”
Tenders were invited for supply of food articles for hostels run by the Govt.
Department. The said notification could not be finalized since none of the
bidders were qualified. A second notification was issued giving 5 days time for
submission of tenders. The competent authority has directed the TIA to issue
the said second Tender notification. This is issued having regard to the
urgency in the matter for supply of food articles to the Hostels.
The petitioner in his writ petition prayed to quash the tender notification as it
is contrary to the mandatory provisions of KTPP Act & Rules, which stipulates
that a minimum of 30 days or more should be given for submission of tender.
The Honorable Court opined:
“ ………The said notification is the compliance of Rule 17(2) of the Karnataka
Transparency in Public Procurements Rules, 2000, under which it is crystal
clear that, any reduction in time stipulated under sub-rule (1) has to be
specifically authorized by an authority superior to the tender inviting
authority for reasons to be recorded in writing. It is seen that the earlier tender
notification has been cancelled for reasons that are recorded and thereafter the
competent authority has directed the second respondent to issue the impugned
tender notification. The said notification is issued having regard to the urgency
in the matter for supply of food articles, fruits, vegetables to the hostels in the
District by taking necessary authorization. Hence in view of urgency in the
matter that, the academic year of the primary schools had already commenced,
the second respondent by taking authorization/ permission from the first
respondent, has issued the impugned tender notification. The said decision is
in accordance with law and does not call for interference. Hence, I do not find
any error much less irregularity in issuing the impugned tender notification.
Hence, interference by this Court, at this stage, is not justifiable in view of the
reasons assigned as per the original records made available by the learned
Government Pleader.
For the above reasons, the writ petition filed by petitioner is dismissed as
devoid of merits. 2006 (6) KLJ 248) 5-6-2006
Questions
1. Whether permission of the competent authority is required in this case
while issuing second notification – discuss.
21
Case 13 :
Extension of the period of Contract
An Organization has floated tender for supply of examination answer
scripts and other printed materials for 2009-10. The estimated cost of the
Tender was 60 lakhs. The condition of evaluation of tender is item wise
evaluation of the materials. There are 15 items of the material 10 items were
awarded to contractor “X” and 5 items were awarded to contractor “Y”. The
contractors have supplied the material within the contract period and the bills
were paid accordingly.
During 2010-11, the authorities of the organization has extended the
supply of materials to contractor “x” and “Y” as in 2009-10. The estimate of
the supply for the extended contract is Rs 65 Lakhs.
Audit observed that Fresh Tenders are not floated during 2010-11,.
Whereas the authorities extended the contract of 2009-10. This is against the
provision of KTPP Act.
Analysis :
While inviting tender for goods and services the supplies can be
scheduled and accordingly tender has to be quoted. The bidder will have to
quote for all the items in the schedules but it is not compulsory to quote for all
the schedules. Evaluation may be done taking each schedule as a separate
supply but inviting tenders for evaluation of individual items is not allowed
under KTPP Act.
(GO No. PWD 1359 SO/FC/2001 (P-2) Dated 25.10.2002).
As per Rule 12 (5) of KTPP Rule 2000 the Tender Document shall
indicate the quantity proposed to be procured in the tender, and the tender
accepting authority shall ordinarily permitted to vary the quantity finally
ordered only to the extent of 25% either way of the requirement indicated in the
tender document. In the present case the authority instead of extending the
contract up to 25% of supply of 2009-10, extended the supply for 100% to the
whole year of 2010-11 which is against the rules.
The authorities, which give compliance to Audit report highlighted the urgency
and importance of timely conduct of examination. This compliance cannot be
22
justified as the G.O (PWD 1359 SO/FC/2001 (P-2) Dated 25.10.2002) of
procurement planning indicates that proper planning is required at the
beginning of the year for procurement of the materials for the whole year.
Questions
1. Define responsiveness of the tenderer.
2. Define scheduling of items.
23
Case 14 :
Outsourcing of Hostel Cooks: (Proper execution of Contract conditions)
A district level office invited tenders for supply of 20 cooks for the Hostel for
a period of One year. The minimum wages for a cook as per minimum wages
Act is Rs. 170/- per day. The following are the terms and conditions of tender.
1. The contractor shall posses’ license from Labour Department.
2. Registration in provident fund department.
3. The contractor shall posses PAN Number, VAT Number and be assessed
to service tax with service tax number.
4. The contractor shall registered in ESI
5. The contractor shall maintain Daily wage register for disbursement of
wages.
6. The employer contribution of PF will be paid by the office and the
employee portion shall be deducted from the salary of the cooks by the
contractor and both contributions shall be remitted to PF account.
7. The service tax will be paid as per the provisions of the Act. And Income
tax will be deducted as per rule.
Three bids were received, ‘A; has quoted 5%, as service charges ‘B’ has
quoted 4%, as service charges and “C” has not quoted service charges. ‘C’ has
claimed that he will do the service without any profit. Since “C” being the
lowest the contract was awarded to “C”.
A complaint was received from the cooks that the P.F is not credited to the
Account, the ESI was not paid and cards were not issued to them. The wages
are not being disbursed as per minimum wages Act.
The Head of the organization issued notice to contractor for breach of
contract condition and to rectify it immediately.
After 8 months from the date of award of contract a notice was received from
the office of P.F for having not paid P.F contribution. After verification it was
found that the employee’s contribution was not paid to the PF department
which is a gross negligence on the part of contractor and also on the part of
DDO as a principal employer for having not confirmed the credit of PF.
By the time the dispute aggravates the period of contract was completed.
Meanwhile PF authorities issued a notice to the DDO who is the principle
employer to pay PF contribution, interest and penalty. On verification of the
contract document, it was noticed that the contractor does not possess P.F
24
registration. The authority were fined and paid contribution, penalty and
interest for delayed payment. Similarly cases were also booked by ESI, Labor
department on the principle employer for having not disbursed minimum
wages and not credited ESI contribution.
The authorities paid P.F contribution Rs.302640 Interest Rs.30260 and
penalty Rs. 25000 also ESI contribution of Rs. 79920 and Service Tax of Rs
177840 was paid aggregating to Rs. 6, 15,660 out of Government grant.
During audit it was observed that the amount paid out of government
funds to the PF, ESI and service tax authorities by the DDO (principal
employer) shall be recovered as it has already been drawn and paid to the
contractor. The DDO should have confirmed payment of PF, ESI and service
tax regularly.
Analysis of the Case:
During evaluation the T.A.A should have confirmed the Registration with
the PF Authority and ESI also with PAN card & service tax Registration
Certificate after verifying originals, obtaining a copy including the
validity along with labor registration.
The following conditions shall be insisted in tender document.
The minimum wages of the employees after deducting PF & ESI has to be
adjusted to the employees in to their bank accounts by the contractor.
The wages has to be paid before 7th of every month and then a bill has to
be presented to the DDO along with previous months P.F, ESI and
service tax challans.
As per the provisions of Income Tax Act 2% of Income tax has to be
deducted in the bill. If the contractor has not quoted for his services
charges then an amount equal to 2% of the gross amount for the whole
year has to be collected as income tax amount in advance to be payable
after each payment from the successful bidder.
He should obtain ESI card and disburse to the entire employee (cooks)
within one month from the date of award of contract.
Minimum Wages for a Cook Rs. 170 x 30 Days 5100
P.F 12 + 1.6% 649
ESI 4.75% 243
Total 5992
Service Charges of Contractor 5% 0
TOTAL 5992
25
Service Tax @ 12.36% 741
TOTAL 6733
Deduct 2% I.T 135 *
Amount to be paid by the Principle employer after deducting I.T to the contractor.
6733
Actual amount to be adjusted to the bank account of the employees by the contractor
(-) PF 12% 612 (-) ESI 1.75% 90
5100 702
Net Payable to the employee through Bank Account 4398
*the total amount of Income tax Rs. 1620 (135X12) for the whole year for one
employee shall be collected in advance
Out of the total amount of Rs. 6733 the contractor has to pay as detailed
below:-
Sl. No. Details Amount Employer / Employee Contribution
1. To the employee 4398
2. Provident fund 1261 Employer contribution 649 Employee contribution 612
3. ESI 333 Employer contribution 243
Employee contribution 90
4. Service Tax 741
TOTAL 6733
The head of the department instructed the DDO to forfeit the PSD
amount of Rs. 1, 00.000 from the contractor accordingly it was forfeited. As per
law a departmental enquiry was initiated on the DDO for the act of negligence
and to recover pecuniary loss caused to government.
Questions
1. While framing the conditions of contract in case of services what
are all the safe guards to be adopted in the following:
A) PF
B) ESI
C) Service tax
D) Income tax
2. Discuss about the rate, mode of payment and proof of payment
26
Case 15 :
Tender Accepting Authority & Tender Scrutiny Committee
Tenders were invited for selection of Net work proposal. The project was
proposed on BOOT basis. The successful bidder was required to build the
project, operate it for 5 years and transfer it to the Govt. The bids were placed
before the existing multi-member committee which is comprised of 10 members
of the board.
The tender scrutiny committee announced that on the basis of the RFP all
the 8 bidders are qualified. The bidders are required to perform demonstration
tests and present before the committee of their proposed techniques and
strategies for the implementation of the project. After presentation, the TSC
has announced that one bidder has failed in the technical evaluation process.
The bidder who was not qualified filed a writ petition questioning appointment
of the TSC and the TAA. The court opined
Under the scheme of things, as envisaged under the KTPP Act, Section
9 provides that the “procurement entity” may appoint a Tender Inviting
Authority and a Tender Accepting Authority. The said section also provides
that where a Multi member Committee is already appointed for any
procurement entity for discharging the function of accepting the tenders, such
committee shall be deemed to be a Tender Accepting Authority under this Act.
Hence, the terms of reference given to the above committee would fit the
description of a Multi member Committee appointed in terms of the said
provision. The supervision of the implementation of the project has been
conferred on the Network Steering Committee and the said Committee having
been conferred with the power to finalize the acceptance of the tender and to
recommend the final bidder, is deemed to be a Tender Accepting Authority for
purposes of the Act. The argument canvassed as regards there being an
ambiguity in the appointment of a Tender Accepting Authority and the Tender
Scrutiny Committee, in that the latter being recommended for appointment,
even before the appointment of a Tender Accepting Authority, being an
inconsistency is therefore not tenable. The NSC at its meeting on 21.5.2007 as
per Annexure R7 having named the members of the Tender Scrutiny
Committee and the observation that the Steering Committee “would be
appointed” as the Tender Accepting Authority, does not result in any
incongruity, in the light of the proviso to Section 9 where it is deemed that the
NSC is in fact, the Tender Accepting Authority. The formality of naming the
said Committee as the Tender Accepting Authority has been completed by the
27
order dated 28-5-2007, insofar as the Tender Scrutiny Committee is
concerned, cannot be said to be irregular or illegal. Hence, no infirmity can be
found in the appointment of the authorities contemplated under the KTPP Act,
namely the Tender Inviting Authority, the Tender Accepting Authority and the
Tender Scrutiny Committee.
(a) In the above case the TSC set up a sub-committee of experts to help
/ assist technical evaluation of bids. This act of the TSC was also
questioned by the petitioner.
The court held having regard to the magnitude of the
project and the apparent complexities in its technical detail,
requiring the State Government to prepare over several years, even
in inviting the tenders with the assistance of the Technical experts
from within and outside the state. The further circumstance that in
proceeding to make a technical evaluation of the bids, the Tender
Scrutiny Committee having found that it would require the
assistance of other experts in assessing the technical aspects and
having taken an informed decision to appoint such a Technical sub
committee consisting of a Chairman, who was already a member of
the Tender Scrutiny Committee and two other individuals from
prestigious institutions with apparent specialized knowledge in the
area, is a matter of record. The terms and conditions of such an
exigency cannot be said to result in an unfair practice or an illegality
which has caused prejudice to any tenderer and the complexity of
the technical details furnished by each such tenderer is sought to be
assessed closely and with the help of experts. This cannot be
characterized as resulting in an irregularity which vitiates the tender
process insofar as the technical evaluation of the bid is concerned.
Even if the total of 11 marks which were assigned for that part of
the technical evaluation component, which was made by the
Technical Sub –Committee and in which, the petitioner was awarded
only 4 marks is to be ignored and if the petitioner is in fact awarded
all the 11 marks which the petitioner could have possibly gained if it
is to be accepted that the Technical Sub-Committee was biased in
awarding only 4 marks to the petitioner, the petitioner would yet not
achieve the total marks of 70 which was prescribed to qualify for the
opinion of the commercial bid. The appointment of a Technical Sub-
Committee in the discretion of the Tender Scrutiny Committee, it
28
cannot be said that it was a whimsical or mala fide action to
discredit or disqualify any tenderer including the petitioner. There
are no allegations of mala fides or bias as regards the Technical sub-
Committee. It is the very appointment that is sought to be
questioned and going by the facts and circumstances and the
informed decision of the Tender Scrutiny Committee as to the need
for the assistance of such a Committee, the exercise cannot be
faulted and the tender process cannot be said to be vitiated on
account of this.
(b) In the above case the petitioner questioned the legality of
appointment of TAA & TSC. The court held the petitioner having
participated in the tender process cannot feign ignorance of the
Constitution and appointment of the authorities or the Committees
referred to hereinabove. The petitioner seeking to question the
modalities after the petitioner was disqualified on an evaluation of
its technical bid, would certainly disentitle the petitioner from
seeking to question the propriety or otherwise or even the
appointment or Constitution of propriety or otherwise or even the
appointment or Constitution of the said committees. In the above
background it cannot be said that the disqualification of the
petitioner on an examination of the sequence of events, leading up
to the evaluation of its technical bid is arbitrary and hence the
rejection of the petitioner’s bid is arbitrary and hence, the rejection
of the petitioner’s bid cannot be said to be vitiated.
(c) In the above case the scope of judicial scrutiny was also observed by
the Honorable court as under.
The Courts ought to interfere only when it is possible to arrive at
a conclusion in a case such as this that there is an overwhelming
public interest in entertaining the petition and that is not “every
wandering from the precise path of best practice that lends fuel to a
claim for judicial review”, the same to be noticed that the very
provisions of the Act are wanting in precision and cohesion. It is
necessary that the entire Act and Rules be reviewed by the
Legislature in seeking to implement the objects sought to be
achieved by the Act. Hence, the inconsistency, if any in the
respondents adhering to the procedural rules may even be
attributed to the poor manner in which the provisions of the Act are
29
drafted and the fact that the project concerned in the case on hand
was an unusual project involving several expert bodies and
Committees and the strict adherence to the letter of the Act found
wanting cannot by itself, in the absence of other serious infirmity
which, as already stated does not involve overwhelming public
interest or unlawful policy, would warrant the interference of this
Court.
2008(5) KLJ 521 Dated 4th Feb 2008
Questions:
1. Define TIA and TAA
2. Discuss constitution of TSC
3. TSC has appointed a sub-committee to assist evaluation of technical bid.
Discuss
30
CASE 16 :
Functions of Tender Scrutiny Committee
Tenders were invited by a power corporation for transportation of coal for
a period of 3 years. 3 bidders applied for the tender under 2 cover systems.
The first cover contains technical bid and the second price bid. The tender
scrutinize committee after scrutinizing the technical bids of all the three
tenderers reported as under.
“Based on the documents furnished by the bidders the TSC has examined with
reference to prequalification conditions and other terms and conditions for
evaluating their eligibility for being qualified.”
After evaluation report of TSC the same was placed before the technical
committee of board of Directors of the corporation. The committee on
examination found that the bidder “X” does not meet the prequalification on
requirements and accordingly disqualified the bids of “X”. The finance bid of
the other two bidders opened and the contract awarded to the lowest bidder.
Aggrieved “X” filed a writ petition in the court of law on two grounds.
(A) The petitioner submits that the TSC is a statutory committee in terms of
Sec. 20 of the Act Read with Rule 10 of the KTPP Rules. There is no
statutory recognition to the so called technical committee that can
overrule the view of the TSC.
The Court opined
“……once the TSC accepts tenderers as eligible it has no choice but to
open cover containing price bid and to send report. There was no reason
as to why the matter should have gone before the TAA whether it be
called as technical committee of the board or otherwise, Assuming that
Technical Committee of the board is the TAA, the entire procedure
adopted by the board is totally flawed even a perusal of the record does
not inspire that confidence of the court that the matter had gone on the
methodical manner. In the circumstances eliminating the petitioner at
that stage amounts to denial of equal opportunity to the petitioner and
directed the corporation to re-notify and call for fresh tenders”
(B) The prequalification criteria prescribed shall be in accordance with Rule
28 of KTPP Act. The court opined.
31
“….Prequalification requisite should be in such manner that it can be
understood easily free from ambiguities and are free from providing
scope for such disputes or confusion or Ambiguity so that the awarding
of the contract can be possessive in a proper methodical manner without
giving room for unnecessary avoidable disputes.”
2006 (6) KLJ 394 dated 6.9.2006.
Questions:
1. Discuss the Role and responsibility of TSC & TAA.
Case 17 :
Fraudulent payment on de-silting works executed by a
corporation
The Commissioner of a corporation issued a circular to take up emergency
works before the monsoon season and de silting of road side drains, clearance
of debris on the road side so that no flood havocs should take place during the
next monsoon period. To take up these works, Commissioner ordered to draw
the money on A.C Bills at Rs. 1.00 lakh per Ward and use this amount to meet
the emergent nature of works and also ordered that on exhausting the 1.00
lakh rupees, further amount may be drawn from the Concerned Asst.
Controller (Finance). But the Engineering department staff drawn the amounts
on D.C.Bills.to a tune of 5.oo crore
On verification of the vouchers pertaining to above works executed in
various divisions, it was observed in audit that instead of following the above
procedure, D.C bills have been prepared, and letter head bills of the
contractor have been attached for having hired Earth excavators (JCB) and
Tractors on daily rental basis. In some cases, though the estimate is prepared,
no quantification of the work has been done and no measurement is recorded.
This is a clear case of mis-utilization of a circular issued in good faith to
mitigate the hardship faced by public in monsoon. The circular was also in
violation of the time tested procedures laid down in KPWD and KPWA codes.
Analysis
The emergent natures of works enlisted and ordered to be executed by
the Commissioner to combat the floods are all of Civil Nature. Civil Nature of
32
works (Public Works) are to be executed as per the procedure prescribed in
KPW Departmental code and payment are to be made as per the procedure
prescribed in KPW Accounts Code. All Public works are to be executed after
preparing a realistic estimate, obtaining necessary administrative and
Technical Sanction. The procedure of entrustment of civil works is either by
piece work or after calling for tender depending on the estimated cost. The
work executed should be measured as per the instruction issued in appendix 3
of KPWD code volume II and the bills are to be prepared in the form prescribed
in Para 212 of KPW Accounts code. The works should be check measured by
Asst. Executive Engineer and Executive Engineer to the extent of 100% and 25
% respectively. This is a clear case of violating the orders. It attracts the
provisions of KCA (CCA) Rules 1957 for the act of lack of integrity in violating
MCE, KPWA & D codes
Questions
1. What are the conditions laid down in MCE to draw money on AC bills?
2. What are the conditions to draw money on D.C. bills?
3. Role of drawing and disbursing officers in drawing money on contingent
bills?
33
CASE 18 :
Fishing rights of a tank
Fishing Rights of a tank of 1162 Hectare were granted for a period of 5 years
to a contractor without issuing a public notification and by following
established procedure of tender / Auction after giving wide publicity. The
same was questioned. It was held By the Hon. Single Judge that
transparency was not followed. Government appealed to the Hon. Bench on
the ground for giving lease in favor of the appellant is that there was no
other rival claim.
The court held that it is settled law that the need to maintain the
transparency in grant of public contracts is mandate. Maintenance of
transparency and compliance of Article 14 of the Constitution would inter
alia be ensured by holding public auction upon issuance of advertisement in
the well known news papers. Therefore, the state or its instrumentalities
should not give contracts by private negotiation but by open public
auction/tender after wide publicity. The law is therefore, clear that
ordinarily all contracts by the Government or by an instrumentality of the
State should be granted only by public auction or by inviting tenders, after
advertising the same in well known newspapers having wide circulation, so
that all eligible persons will have opportunity to participate in the bid, and
there is total transparency and the same is an essential requirement in
democracy. The order of the learned Single Judge is fully justified even from
equity point of view. Hence, finding no merit, we dismiss the writ appeal.
2009 (3) KLJ 107 (DB) 3-10-2008
Questions:
1. Discuss the procedure to be followed in public auction by the DDO.
34
CASE 19 :
Purchase of spot billing machine (Type of procurement not mentioned)
Tenders were invited by an electrical company for the supply of spot
billing machines. The electrical company shall give required software for the
spot billing machines. Along with SBM the supplier share the required
stationary for the SBM and also computers, printers, Bar code scanners and
also required UPS. The condition for Qualification is as follows.
1. The suppliers shall be in the “business of providing similar service” for
the last 3 years in any electrical supply company in India.
2. The total turnover per year shall be 5 crores.
The contract was awarded to Mr. “x” who has an experience of only one year in
supplying SBM. 3 years back he has also supplied Data base software for the
company.
Mr. “Y” the other bidder preferred a statutory appeal against the order
passed by the TAA. The appellate authority after considering the contention of
“Y” Dismissed the appeal since there is no specific definition in the tender
document on what constitute “business of providing similar nature of service”.
Mr. “Y” preferred a writ , The court observed that for the supply of afore said
goods the qualification prescribed for the bidder is “business of providing
similar service” instead it should have been supply of goods. (Spot billing
machine) therefore the contract was not at all contract of supply of goods. The
word similar service is referable to the goods to be supplied under the
requirement for a period of 3 years. In fact in the context the word similar is
not only inappropriate but also misleading.
The second condition on which the contract was awarded is for maintenance of
hardware & software which were supplied by the contractor. The decision of
the P.E that the contractor do posses 3 years experience in supplying SBM to
the company for a period of 3 years is ex-facie illegal and contrary to the
material on record. Therefore the award of contract to the contract “X” is
illegal and liable to be quashed. 2009 (6) KLJ 509 23.7.2008
Questions:
1.Define “Specification”, Define Qualification Criteria & Give examples
35
CASE 20 :
Single source
Bill Net Software for the electrical software company was developed and
maintained on an experimental basis by “Y” company and was demonstrated
before the company’s Board Members. The Board decided to implement the
billing software to have a uniform billing system across the company. To
examine the provisions of KTPP Act for utilizing Bill Net Software and also to
treat “Y” company as a single source and to award contract a committee was
constituted with the following members.
1. Joint Secretary of the Department
2. Director of the Company
3. C.E. of the Company
4. General manager of the Company
The committee in its meeting resolved that the members of the committee are
not experts in the software domain and the matter was referred to Prof. “X”
Director of IIT.
Prof. “X” opined that the software is best to upgrade the current version of
Oracle. It is best for transmission to other operating system and for portability
on the basis of the above opinion the contract was awarded to Mr. “Y”.
The aggrieved bidder “A” preferred a writ petition. The court held that
“As per Section 4 (b) of KTPP Act.
To identify single source for purchase of goods and services a three member
expert committee has to be constituted,
1. One technical representative of the Procurement Entity
2. One technical representative of the Government organization dealing
with similar procurement.
3. One representative from a reputed Academic or Research institution or
Non Commercial Institution having expertise in such line to examine and
declare that the goods or services are available from a single source.
The committee constituted was not of experts. They were unable to take
decisions. The said committee committed an error in referring the matter to a
professor, an expert in the field for which they had no power in the Act. The
Procurement Entity should constitute a three member expert committee as
36
above to consider whether tenderer is the only person who has got exclusive
control of the said service. This has not been done. He has not certified that
the tenderer is the only source from which this service could be procured. The
recommendation made by him is very general in nature. It does not satisfy the
requirement contemplated under provision to sub-section (b) of Section 4.
Therefore, the electricity company committed a serious illegality in awarding
the contract to the contractor “Y”. Tenders awarded were quashed.
2009 (6) KLJ 509 23.7.2008
Questions:
1. Discuss the Constitution of the committee and its function in single source
procurement.
37
CASE 21 :
Criteria for rejection of tenders
Tenderers were invited for appointment of IT implementation agency by IT
department. Only two tenders were received the lowest one was 78% above the
amount put to Tender. The Authorities took decision to reject tenders and to
go for retender with a view to getting more bids which might result in more
competitive bids. Accordingly Tenders were re-invited. The lowest bidder filed
a writ petition for not awarding the contract and re-inviting the tender.
See 14 of the KTPP Act Reads as under
General Rejection of Tenders:
1. “The tender accepting authority may at any time before passing an order
of acceptance under section 13 reject all the tenders on the ground of
changes in the scope of procurement, failure of anticipated financial
resource, accidents, calamities or any other ground as may be prescribed
which would render the procurement unnecessary or impossible and
report the same to the procurement entity.
2. The procurement entity shall thereafter communicate the fact of the
rejection under this section to all the renderers and also cause the same
to be published in the tender bulletin”.
A compendious reading of Section 14 would indicate that the tender accepting
authority may reject all the tenders on several grounds before it is accepted.
Indeed a reading of the said provision indicates that once the tender offered is
accepted. Section 14 of the Transparency Act would not come into play. But
however, if the tenders are not accepted and if they are still at the nascent
stage, in as much as they are being considered and there is no positive
indication that it is likely to be crystallized into a concluded contract, it is
open for the tendering authority to invoke Section 14 of the Transparency Act
and reject all the tenders on the ground of certain changes which are stated
therein. The said rejection of tenders is on couple of grounds.
(1) Ground of change in the scope of procurement and
(2) Failure of anticipated financial resource, accidents, calamities or any
other ground as may be prescribed which would render the procurement
unnecessary or impossible.
38
One will have to assess and see whether the floating of the second tender is
justified and if not, all or one of the ingredients would satisfy the rejection of
the tender of the bidders. In the case on hand, it is to be noticed that initially
the amount which was put to tender was Rs. 368.38 crores and the bid
amount was Rs. 652.77 crores thus there was a substantial difference between
the amount put to tender as well as the bid amount as quoted by the
petitioner. To any mind, it would fall squarely into the category of failure of
anticipated financial resource. Even otherwise, it is to be noticed that the
minutes of the State level Distribution Reforms Committee (DRC) has in their
minutes of the meeting, have recorded, after due deliberations, to re-tender
because of the following reasons:
Tender premiums too high i.e., 78% above the amount put to tender.
The technical responsive bids being only two, it is better to get more bids
which may result in more competitive bids.
The GOI has revised certain technical specification of router midway
when last bids being evaluated, retendering would allow these changes
which may result in economy;
Negotiations are not feasible because of lack of benchmarks in the
project;
The process of retendering should be complete by 31.10.2009;
The DRC would meet in the first week of November 2009.
Indeed, the last i.e point No. 6 is not relevant for our purpose. But if one were to go by the deliberations as well as the reasons given by the committee as to
why the subsequent tender is required to be floated to my mind, appears to be justifiable. It is to be noticed that the tender premium is certainly too high i.e 78% above the amount put to tender. The amount put to tender is Rs. 368.38
crores and the amount quoted is Rs. 652.77 crores.
“Tenderer has no locus stand or right to urge for acceptance of his tenders
merely because it is lowest one in terms of cost and on grounds of legitimate
expectation”
2010(5) KLJ 407 dated 03.12.2009.
Questions:
1. Discuss the provision for rejection of tenders.
39
Case 22 :
Negotiation
Tenders were invited for supply of 5.92 lakh of bicycles by publishing in 3
national dailies and 2 local news papers. 4 companies’s coated a uniform rate
of 2750, 2795 per bicycle for boys and girls respectively.
After negotiations the company’s agreed to supply bicycles for both boys and
girls at a uniform rate of 2657 per unit. Govt. rejected the proposal and
decided to invite fresh tenders for 2 academic years. The tenders were
published as the same news papers and the same 4 company’s coated a
uniform rate of Rs. 2800 & 2970 for supply of bicycles to boys and girls on
negotiation. The unit price was agreed at Rs. 2750 and 2775 for supply of
bicycles for boys and girls respectively. A purchase order was issued for 11,
27,376 bicycles.
Audit observed that, before expiry of validity period of 120 days fresh tenders
were invited. The authority could have increased the quantity within the
validity period of offer. Further the department did not provide vide publicity
for the tender notification but again published in the same news paper due to
which competent rates were not obtained as desired. This resulted in extra
expenditure of 5.9 crore
Analysis:
As per KTPP Rule 12(5) the tender documents shall indicate the quantity
proposed to be procured in the tender and the tender accepting authority shall
be ordinarily permitted to vary the quantity finally ordered only to the extent of
25% either way of the requirement indicated in the tender document.
In this case the quantity to be procured is almost doubled and the authorities
intended to go for fresh tenders and as per Sec. 14 the tenders were rejected
and fresh tenders were invited.
As per Rule 10 of KTPP Rule the TIA shall have the notice inviting tenders
published in the Indian Trade Journal in all cases where the value of
procurement exceeds Rs. 10 crore. In this case the tenders were published
40
only in news papers. The tender inviting authority should have given vide
publicity in national dailies and Indian trade journal to get competitive rates.
Questions
1. Discuss the responsibility of Tender Inviting Authority in giving
publicity as per the Act.
Case 23 :
Procurement of bicycles in excess of requirement
The Procurement entity instructed that purchase of bicycles should be
assessed according to actual requirement for the years 2006-07 to 2009-10
without resulting in any surplus/deficit buying. However, it was observed that
bicycles were purchased in excess of the required quantity amounting to excess
expenditure of Rs. 1.82 crore during the above period.
Audit observed that indents were placed on the information furnished by the
District Information system of Education in a routine manner. This indicated
that the purchases were affected without proper survey/ assessment. The
conditions and quality of excess bicycles stored could not be ensured.
Analysis
Article 15 of the KFC envisages that the expenditure from public fund is to be
guided by the principles of propriety and efficiency. The concerned authorities
are expected to enforce vigilance as a man of ordinary prudence.
Art. 16 of KFC envisages that the procurement authorities are to be
constantly watchful to see the best possible value is obtained for all public
funds spent and also to guard scrupulously against every kind of wasteful
expenditure from public fund.
As per MCE Rule 23 only the required quantity as occasion demands shall be
procured. In the present case the above provision are violated.
Questions
1. Discuss the process of survey and estimate as per procurement planning.
41
Case 24 :
Procurement of Goods and services – Out sourcing of men:
Tenders were invited for outsourcing 24x7 services in a corporation, and
tenders were finalized for one year on the basis of the responsiveness of the
tenderer “X”. After completion of one year the corporation extended the
contract for one more year and also in its general body meeting it was resolved
to pay 10% more than the previous year’s rates.
Audit observed that there is no provision to extend the contract after the expiry
of the contract period also resolution to pay 10% excess over the previous
year’s rate is not admissible.
Analysis:
The essence of contract is time. Once a contract is finalized for a particular
period it cannot be extended. In case of Goods and Service, the TAA shall be
ordinarily permitted to vary the quantity finally ordered only to the extent of
25% of either way.
When once the lowest responsive tender, who is qualified technically and
whose bids are lowest, and accepted and paid, question of enhancement of
rates for the coming year which is not in the contract conditions is not in
accordance with the provision of KTPP Rule.
Questions
1. What are the provisions under the Act for additional supply or extension
of service beyond the period of contract?
42
Case 25 :
Non payment of rent
Sri “X” was allotted a shop by a corporation after conducting public auction at
Rs. 29000/- per month. He becomes a defaulter by nonpayment of rent for 48
month. Subsequently the corporation took possession of the shop by
cancelling the allotment. Sri. “X” filed an appeal in the court. His plea was
rejected and the action taken by the corporation in vacating the shop was
upheld by the court.
Sri. “X” requested the Finance committee of the corporation to hand over
the shop and agreed to pay the balance in installment of 24 months and to
reduce the rent. The committee agreed to this and fixed the rent at 7400 per
month.
Audit observed that since “X’ was a defaulter the amount should have been
recovered by decreeing in the court of law. Besides allotting the shop by public
auction after following due procedure.
Analysis:
The corporation failed to recover rent along with interest. When once auction is
conducted and shop is allotted for a specific period and amount it is the duty of
the corporation to collect the monthly rent. In case of any default the allotment
has to be cancelled and fresh auction to be conducted. This legal procedure
was not followed by the corporation.
Questions
1. What is the procedure to be followed in allotment of a shop by public
auction?
2. Responsibility of the concerned authorities for collection of rent?
43
Case 26 :
Non-submission of NDC bills
The Annual audit report of the University drafted a Para regarding NDC not
submitted for a total amount of Rs. 3 lakh from the director of an institution.
The Director was officiating from 1-72003 to 25-2-2004.and relieved on 25-2-
2004. Audit for the year 2001-02 to 2003-04 is completed on 1-10-2004. It was
found Rs. 3 lakh was drawn on AC bill by the Director for which NDC is due.
The Director gets a No Due Certificate from the concerned authority. He takes
voluntary retirement during 2004. The Director has submitted the NDC for the
total amount before getting voluntary retirement The pension settlement of the
Director is held up for not clearing the amount and not submitting NDC as
stated in the audit report and it is held up as per the orders of the VC. The
Director writes to the registrar and the VC stating all the facts and submits
relevant documents as proof of his clearance of all dues and request for
settlement of his pension claims. The file was delayed for 8 years from 2004 to
2012. There was no decision taken regarding the said matter to get the audit
objection dropped.
On a personal request by the Director to the Govt. Auditor in 2012, the matter
is taken up for scrutiny by the Govt. Auditor. A detailed scrutiny reveals that
the Para can be dropped. A letter is issued by the Govt. Auditor to the
concerned Director and the concerned authorities of the university that the
Director has no dues pending against him. As such the Para was dropped and
the pension claims of the Director settled.
Analysis:
1. Dearth of pro-active attitude on part of the officials to look in to the case.
2. Delay due to hesitancy in taking decisions & Fear of accountability.
3. Causing financial loss to the Director.
4. Unnecessary mental torture caused to the Director
5. The audit being falsely accused of being the cause for with-holding
pension claims.
6. Pension settlement Para objections have to be attended on first priority.
Questions
1 What is procedure for recording audit inspection report?
2. Role and responsibility of DDO in furnishing timely compliance to audit. 3. Role of audit to drop audit Para after satisfactory reply.
44
Case 27 :
Statutory deductions
The annual audit report of the University drafted a Para regarding non
deduction of TDS from the contractor who running a mess of the University
hostel.
1. The contract of supplying food to inmates of hostel was awarded to Mr. X
2. In the first year, the VC issued an OM to the contractor to execute the
work and the OM is specifically mentioned regarding the required TDS to
be deducted from the bills. As per the OM, the TDS amount had been
deducted regularly.
3. In the 2nd year, the same contract was renewed with the same contractor.
4. The OM regarding the renewal contract did not mention the TDS to be
deducted. Audit observed non-payment of TDS
5. The contractor did not get the TDS amount deducted from his bills.
6. The contractor of the hostel and the warden replied to the objection
saying that since it was not in the OM and the TDS deduction was not
deducted
Analysis :
1. Every entrepreneur ought to know about TDS.
2. The reply given could not be accepted.
3. The responsibility of the DDO as per 194 of the Income Tax Act is as
follows
As per 194 C (2) Any person responsible for paying any sum any resident in
pursuance of the contract with the sub contractor for carrying out or for
the supply of labor for carrying out the whole or any part of the work
undertaken by the contractor or for supplying wholly or partly any labor
which the contractor has undertaken to supply shall at the time of credit of
such sum to the account of the contractor / sub contractor or at the time of
payment thereof as cash or by issue of a cheque or draft or by any other
mode whichever is earlier deduct an amount equal to 1% or 2% of income
comprised there in. As per 194 “C” the Threshold limit of payment in a year
is 30,000 (Individual 1%, firm 2%). Non deduction of IT in the bills
contravenes the provision of Sec 194 C (2) f IT Act for which DDO is held
responsible.
Questions : Discuss the provisions of KFC for statutory deductions.
45
Case 28 :
Risk Purchase: (Short supply of Goods)
An order was placed on a firm “G” which failed to supply the full quantity
of goods. The balance quantity of goods was ordered from the firm “H” at a
higher price on risk purchase conditions. Risk purchase order means that the
additional cost of purchase will be recovered from the previous firm “G”. Yet
another risk purchase order on another firm “I” was placed as even the firm “H”
failed to supply the goods ordered in full. No recovery could be made from the
firm “G” as the factory was closed. No recovery had been made till the audit
paragraph had been published. No recovery had been made from the firm “H”
also.
Analysis:
The audit paragraph highlights the need to judge the suitability of a bidder to
meet its commitments. Unless a reasonable criterion for the selection of a
bidder is laid down, failures will often recur. The government rarely publishes
any data on the amount of risk purchase differences recovered from defaulters.
If government departments were largely successful in recovering the amounts,
and they publicized this information, then this may deter incompetent bidders.
If government departments have a bad experience then there is all the more
need to review the existing process of selecting a bidder. It is a very onerous
and difficult process to blacklist a firm, and blacklisted firms easily start
functioning in another name.
The provisions of KTPP Act & Rules in framing Qualification criteria has to
be scrupulously followed to mitigate such circumstances and to select the
right qualified contractor for the supply.
Questions
1. What are the conditions for risk purchase of goods?
2. What are the conditions required to frame qualification criteria?
46
Case 29 :
Risk Purchase (Cancellation of Contract)
A supplier failed to supply the goods ordered. The central purchase authority
cancelled the contract, without invoking the risk purchase clause. The
indenter purchased goods elsewhere at a much higher cost.
Analysis:
Invoking risk purchase clauses has not resulted in any success. The major
failure seems to lie in the selection of competent suppliers. Also the provisions
of taking securities before entering into contract and framing suitable Q C for
selection of contractors on the basis of production capacity, commercial
capability, and experience in the field contribute for successful contract.
Questions :What are the conditions required to frame qualification criteria?
Case 30 :
Surveys
A contract of works for a pile foundation was awarded for completion in nine
months. During the progress of the work discovered that the design based on
the assumptions of the detailed soil investigation report was not suitable.
Originally it was assumed that a raft foundation over hard rock would be
possible at the site. But it was found that the sub-strata consisted of fissured
rocks of highly varying depths. Very high subsoil water level and thus raft
foundation was not possible. Further, detailed explorations were carried out.
The design of the foundation and the entire structural analysis of the building
have to be completely redone. The work was completed after an extra period of
about three years at more than double the original estimated cost of Rs. 6.28
Million.
Analysis :
The report of the task force pointed out the failure of the investigation and
survey set up. Though one recognizes that human culpability may be there, yet
the absence of correct data in survey reports needs to be effectively overcome.
Otherwise, the entire project gets delayed, with cost escalation and losses, as
the benefits of the projects and investments do not start flowing in time.
Questions : Discuss the responsibility of authorities in conducting proper
survey
47
Case 31 :
Qualification of bidders and bid capacity (Works)
“Non-ensuring of contractor’s eligibility:
The State government’s instructions (October 2008) read with NIT, specified
certain conditions for participation in the tender above Rs. 50 lakh, such as
satisfactory completion of at least one work to the extent of 50 per cent of the
tendered cost for works costing up to Rs. One crore, the contractor owning at
least 50% of the equipment required for the work etc. Scrutiny of 18 technical
evaluations for works costing Rs. 50 lakh to Rs. 2.72 Crore revealed that in 16
cases the details of execution of works to the extent prescribed were not
obtained and in 14 cases the details of equipment owned by the contractors
were not insisted upon. It was evident from the above cases that the tender
evaluation was not done as prescribed and works were entrusted to agencies
without ensuring the eligibility criteria for executing such works.”
Analysis
The model qualification criteria as modified in Government order FD4 PCL
2008 dated 14-10-2008 has to be adopted before floating of tenders by the
tender inviting authority.
The model Clause for Works contract shall be as follows:
"To qualify for award of the contract, each tenderer in its name should have in
the last five years i.e..........
(i) Achieved, in at least two financial years, a minimum annual financial
turnover (in all classes of civil engineering construction works only) of Rs......@
(usually not less than the estimated cost under this contract for works costing
up to Rs. 100 lakh and not less than two times the estimated annual payments
in case of the contract value is more than 100 lakhs under this contract)
(ii) Satisfactorily completed (not less than 90% of contract value), as a
prime contractor, at least one similar work (Define) of value not less
then Rs......@ (usually not less than 50% of the estimated value of the
contract for all works costing up to 100 lakh and not less than 80% of
the estimated value of the contract for all works costing more than Rs.
100 lakh);
48
(iii) Executed in any one year, the following minimum quantities of work;
(usually 80% of the expected peak rate of construction for 3 or 4 critical
items which account for more than 60% of the total cost of the work);
...................................................
...................................................
...................................................
...................................................
The tenderer or his identified sub-contractor should have
executed.............................
works** totaling to Rs.........@ in any one year
@ at ............ price level. Financial turnover and cost of completed works of
previous years shall be given weight age of 10% per year based on
the rupee Value of bring them to .........* price level
* the financial year in which tenders are received.
** repeat for other items of works for which subcontracting would be allowed
The tenderer should .....
(a) availability (either owned cr...... or by procurement against mobilization
advances) of the following key and critical equipment for this work:
......................................................
........................................................
(b) availability for this work of a Project manager with no less than five years'
experience in construction of similar civil engineering works and other key
personnel with adequate experience as required; and
(c) Liquid assets and/or availability of credit facilities of no less than Rs.......
lakhs (Credit lines/letter of credit/certificated from Banks for meting the funds
requirements etc. (usually the equivalent of the estimated cash flow for 3 months
in peak construction period)
From the above case it is evident that the TIA has not
followed the prescribed procedure there by attracts the provisions of
Sec.23 of the KTPP Act.
Questions
1. How Qualification criteria is to be fixed in case of Goods and works?
49
Case 32 :
Qualification of bidders and bid capacity (Goods)
Tenders were invited for purchase of 300 equipments amounting to Rs.
50 Lakh. The qualification criteria prescribed for the Tender is as follows
Work Experience:
He should have satisfactorily completed as a prime contractor at least one work
of supply of similar equipment to an extent of 25 lakh in any one year in the
last 5 years.
Qualification:
(1) Each Tenderer in his name should have in the last 5 years period
achieved in at least in 2 financial years an average annual financial
turnover of Rs. 50 lakh.
(2) The Tenderer should have supplied in any one year minimum 240
equipments to any Govt. organization
(3) The Tenderer should have liquid asset or availability of credit facility of
not less than 20 lakh.
(4) The commitment of supply as the dated of sub missing of the tenderer is
required to be mentioned in the Tender Document.
Three bids were received following are the criteria for consideration of
qualification.
A (in Lakhs) B(in Lakhs) C (in Lakhs)
Annual Production Capacity 400 350 420
Annual Financial Turnover for last two years
50 55
52 51
56 54
Supply of Materials 28 32 20
Supply of equipment 350 300 280
Liquid Assets 20 25 30
Balance to be supplied to various clients
120 150 200
50
Sl.
No.
As
Prescribed
A B C
1 Work Experience 25 Lakh 28 32 30
2 Qualification 50 Lakh 50 50
3 Supply of Materials 240 350 300 280
4 Liq. Assets 20 20 25 30
5 Existing Commitments - 120 150 200
6 Annual Production - 400 350 450
Bid Capacity -= A x N – B
Where A = Annual Production Capacity
N = No. of years prescribed for completion of contract
B = No. of existing commitment
Bid capacity of A = 400x1 – 120 = 280
Bid Capacity of B = 350 x 1 – 150 = 200
Bid Capacity of C = 450 x 1 – 200 = 250
The Bid was awarded to A
Audit observed that the Tender was awarded to “A” who does not possess bid
capacity.
Analysis:-
Tenders were invited for supply of 300 equipments all the 3 bidders are
qualified in the qualification criteria prescribed. As for as available tender
capacity is concerned all the 3 bidders does not possess the available Tender
Capacity i.e 300 equipment in the year. As such all are disqualified. As per
Govt. Order No. PWD 1359/50/FC/2001/P2 dated 3.12.2002 “Lowest
evaluated responsive tenderer who satisfies the aggregate qualifying criteria
would be qualified for the award of the contract only if he satisfies the available
Tender capacity more than the no of equipments of the Tender under
consideration. In this case Tenders should have been cancelled and fresh
tenders invited.
Questions
1. What are the requirements to assess bid capacity?
51
Case 33 :
Qualification of bidders and bid capacity (Cancellation of Contract)
A contract for automatic fire fighting and fire alarm system was awarded in for
Rs 1.76 Million. After the physical progress of 99 per cent of the work, and the
payment of Rs. 1.72 million, the contract was cancelled in. Another contract at
the risk and cost of the former contractor was awarded for Rs. 0.16 million in
to carry out the testing and commissioning of the system. The work was still
incomplete after 8 years of invitation of tenders. Government offices stated
that the fire fighting and fire alarm system is a specialist job, very few firms
who were undertaking its installation. The system could not be commissioned
making the expenditure unfruitful.
Analysis :
There may be very few qualified contractors for specialized works. Therefore, it
is important to prequalify contractors with the criterion of successful
completion of a few similar jobs. Sometimes, works are awarded on the basis
of similar contracts – in hand of a bidder without any relationship to successful
completion of a work. Such a practice cannot be considered reasonable in the
absence of evidence of the competence of the bidder.
Questions
1. Discuss model Q C for goods.
2.How to arrive at the bid capacity in case of goods contract?
52
Case No. 34 :
Qualification of bidders and bid capacity
(failure of execution of contract)
A contract was awarded for the design manufacture, supply, erection and
commissioning low profile quay side gantry cranes at a cost of 6 crores. The
period given for completion of work was 15 months. Owing to the contractors
failure to start the work for want of funds an advance of Rs. 30 lakh at 20%
annual interest rate was given. The cranes have not been commissioned even
after 5 years of the date of award of contract.
Analysis:
As per KTPP Act the minimum Q.C for the financial resources of a bidder shall
be satisfactorily completion as a prime contractor for at least one similar works
to an extent of rupees 4.8 crores.
To qualify for award the tenderer should have in the last 5 years period
achieved in at least 2 financial year an average financial turnover of rupees 6
crores. The bidder should have liquid assets and or availability of credit facility
of not less than 6 crores.
From the above case it is evident that there is failure in the execution of
contract. The GO Dated PWD 1359/SO/FC/2001/P2 Dated 3.12.2002
specifies the model Q.C and also bid capacity of the tenders, which shall be
followed by the Tender Accepting Authorities.
Questions
1. Discuss model Q C for goods.
2. How to arrive at the bid capacity in case of goods contract?
53
Speedy settlement of Audit observations, Inspection reports,
Disposal & Audit paras
The Audit of the receipts and expenditure of the state is conducted by AG
Karnataka, Bangalore as behalf of the comptroller and Auditor General of
India. The Aim and purpose of the audit is among other things, to bring to the
notice of Legislature, items of expenditure which are beyond the scope of the
authorization made by the Legislature, cases of irregular expenditure, loss of
public money caused by default, lack of supervision or other causes, as well as
excess or short collection of taxes, erroneous assessment of taxes etc., Such
Audit observation are included in the Annual Reports of the CAG of India on
the Accounts of the State Govt. Separate reports are prepared in respect of
public undertakings, PRI’s under Article 151(2) of the Constitution .The reports
of CAG are submitted to the Governor who will cause them to be laid before the
Legislature of the state. The Legislature refers the CAG report (Civil) i.e. PRI’s
other departments along with appropriation and finance accounts to the
committee on public on public accounts. Similarly the CAG Report
(Commercial) to the committee on public undertakings.
In the course of Audit, AG raises certain observations or asks for
clarifications in respect of expenditure incurred or Revenue realized by the
various officers of Govt. These observations are basis on the audit in central
office or during local audit or inspection of the accounts in the departmental
offices. Some of the observations, mentioned in the observation memoranda,
audit enquires, Inspection Reports are likely to lead to audit para in the CAG
Report to be placed before the Legislature. The expeditions settlement of these
observation is therefore, most important.
Inspection Reports
During the course of local inspections, the Audit staff will be issuing
“Enquiries” calling for information on various points. The audit officer generally
discusses with the Head of the office before finalizing his inspection report. The
Head of the office should seize this opportunity to check up whether are
relevant materials have been made available to audit to enable them to bring
out the fall facts of each case in the Inspection Report and by mutual
discussion is may be possible to settle on the object all the minor objections
and irregularity.
The Head of the office without waiting for the inspection report, initiate
action to rectify irregularities, defects omissions, which came to light in the
54
course of audit. For example if it is discovered that a sanction issued by the
Head of the Office was in excess of the powers delegated to him. Immediate
steps should be taken to get his action ratified by the competent authority.
The inspection report should be replied within fortnight from the date of
their receipt. If it is not possible interim replies indicating the action taken
should be sent to AG and final replies within 3 months.
The request of audit is reported to departmental officers so that
appropriate action is taken to rectify the defects and omissions where possible
and to prevent their recurrence. The delay in the disposal of audit observations
tends to defect the very purpose of audit. Besides, it may involve Govt in
available loss on account of fraud, defalcation and other serious irregularities,
which ma remain undetected for want of prompt attention. With the lapse of
time it may become more difficult to settle the audit observations due to
difficulty in locating the relevant records, or death, retirement of concerned
officers and officials.
Heads of officers should maintain a registered of audit observations in
the form given below.
Register of Audit (objections) observations
(Form No.21 Budget Mannual)
Sl
No.
Date of Receipt No and date of
Objections slip
Nature of
objection
Amount
objected
Date of
reply
Initials of
the Officers
Remarks
As soon as the audit observations is received from AG is should be
cantered in the register.
All the audit observations received in a calendar year should be serially
numbered. Each item of audit observations should be given a serial No. If there
are two or more items is a single memo or letter received from AG, separate
serial No. Should be given for each of them
An item should be treated as closed only after an intimation of
acceptance of the reply is received from the accountant General, if however, a
reply is not received during the half year and the item is not shown as
outstanding in the next half yearly list of outstanding objections received from
55
the AG, the item may be treated as closed. Items which are cleared should be
rounded off as Red ink, under the alterations of the Head of the Office.
There should be only one register for the whole office and one officials
should be made responsible for the maintenance of the register.
The register should be closed monthly and reviewed by the head of the
office, while doing so special attention should be given to the clearance of old
observations still pending. If there is any difficulty the head of the office should
keep contact with the office of AG and discuss with concerned.
The AG forwards to the Head of the Dept and secretaries to Govt. half
yearly statements of audit observations outstanding for more than six months,
during June and December every year.
Immediately as receipt of the half yearly statement the Head of the Dept
should address the concerned drawing officers to clear all the audit
observations expeditiously. He should obtain from the drawing officers every
month reports showing the details of the objections cleared during the previous
months and those awaiting clearance and the reasons for the delay in the
clearance of the outstanding items. The Head of the department should closely
watch the receipt of the monthly reports, review the progress in the clearance
of the objections. And issue suitable instructions to the drawing officers.
--------
Compliance to Pending Inspection Reports, Local Audit Reports and
Audit Reports.
The Accountant General (Audit) conducts periodical inspection of Government
Departments to test check the transactions and verify the maintenance of
important accounting and other records as per prescribed rules and
procedures, highlighting cases of financial irregularities, fraud,
misappropriations and issue inspection reports to the Heads of the Offices with
a copy to next higher authorities. Government Rules provide for prompt
response by the Executive to the inspection reports to ensure corrective action
and accountability for the lapses noticed. Serious irregularities proposed for
inclusion in the audit Reports are also brought to notice of Heads of
56
Departments by Audit. A half yearly report of pending inspection reports is
sent to the Secretary of the Administrative Department to facilitate monitoring.
Responses to audit observations and reports are not prompt in many cases.
There is therefore a need for significantly improved enforcement of the rules
regarding responses and follow ups. Appropriate incentives and penalties need
to e established for audit responsiveness like linking release of funds to a
department’s adherence to rules regarding audit observations.
At the field level all the drawing and disbursing officers shall be responsible for
sending compliance reports to the inspection reports / audit paras PAC paras
for years up to and inclusive of 2002-03. A report indicating year wise paras
outstanding in inspection reports / audit paras / PAC paras and the
compliance sent to audit in each quarter shall be sent to the Head of the
Department / internal Financial Advisor of the Administrative Department.
The format in which the report has to be sent is enclosed at Annexure – I.
Likewise the Heads of Departments shall forward a report in the format as in
Annexure II. Each quarter to the Finance Department. The Heads of
Departments and the Administrative Departments shall issue instructions to
the concerned treasuries not to honor non-salary bills presented by the
Drawing and Disbursing officers from whom reports are not received for the
quarter.
57
ANNEXURE – 1
Department: DDO:
Compliance Report on Paras Outstanding in Inspection Reports / Local
Audit Reports
Inspection Report/ Local Audit for the Period
Dates of Audit
Date of Receipt of Report
Year Wise No. of paras in Report
No. of paras for which replies are sent to Audit
No. of paras under Verification
No. of paras dropped based on compliance
No. of paras marked for verification during next audit
ANNEXTURE – II
(i) Compliance Report on Paras in Inspection Reports / Local Audit
Reports
Department:
No. of DDO’s
No. of DDO’s Audited
No. of IRs/LARs received
Year wise No. of paras in IRs/LARs
No. of paras for which replies are sent
No. of paras settled
No. of paras outstanding
(ii) Compliance Report on Paras on Audit Reports (Civil) and Audit
Reports (Revenue Receipts)
Department:
Sl. No.
Reference to para No. Page No. in the Audit Report for the year ended
Audit comment in brief
Reply of the Department
Remarks
58
Parliamentary Affairs and Legislation Secretariat
Notification
(First Published in the Karnataka Gazette on the thirteenth day of December,
2000)
THE KARNATAKA TRANSPARENCY IN PUBLIC PROCUREMENTS ACT,
1999.
[KARNATAKA ACT No. 29 OF 2000]
(Received the assent of the Governor on the tenth day of December 2000)
An Act to provide for ensuring transparency in public procurement of
goods and services by streamlining the procedure in inviting, processing
and acceptance of tenders by Procurement Entities, and for matters
related thereto.
Whereas it is expedient in public interest to render the process of
procurement of goods and services by Procurement Entities transparent by
streamlining the procedure in inviting, processing and acceptance of tenders.
Be it enacted by the Karnataka State Legislature in the fiftieth year of
the Republic of India as follows:-
CHAPTER - I
1. Short title and commencement. - (1) This Act may be called the
Karnataka Transparency in Public Procurements Act, 1999.
(2) It shall be deemed to have come into force with effect from the
fourth day of October, 2000.
2. Definitions. - In this Act, unless the context otherwise requires,-
59
(a) ‘Construction Works’ means putting up, demolishing, repairs or
renovation of buildings, roads, bridges or other structures including fabrication
of steel structures and all other civil works;
* [(aa) “E-procurement” means purchase of goods, obtaining of services
or undertaking of construction works by the procurement entity through e-
Procurement platform;
(aaa) “E-procurement platform” means a procurement platform of
electronic media comprising of procurement process set up and managed by
the state government through integrated internet enabled procurement tools
incorporated by customisation]
(b) ‘Goods’ means Machinery, Motor Vehicles, Equipment, Furniture,
Articles of Stationery, textiles raw materials, drugs, scientific instruments,
chemicals, food grains, Oil and oil seeds or other commodity required for
consumption, use or distribution by a Procurement Entity in discharge of its
public duties;
* clauses (aa) & (aaa) inserted by Act No. 13 of 2007 w.e.f 27-11-2006
(c) ‘Government’ means the State Government;
(d) ‘Procurement Entity’ means any Government Department, a State
Government Undertaking, Local Authority or Board, Body or Corporation
established by or under any law and owned or controlled by the Government,
and any other body or authority owned or controlled by the Government and as
may be specified by it.
(e) ‘Public Procurement’ or ‘procurement’ means purchase of goods,
obtaining of services or undertaking of construction works by the procurement
entities;
(f) ‘Services’ means the action of serving, attending upon, helping or
benefiting a Procurement Entity in the course of discharging its public duties
and includes construction works;
(g) ‘Specified goods or Services’ means the goods or services as the
case may be specified in a tender and identified in the contract resulting from
acceptance of a tender on account of a procurement entity;
60
(h) ‘Tender’ means the formal offer made for supply of goods or
services in response to an invitation for tender published in a Tender Bulletin;
(i) ‘Tender Accepting Authority’ means an officer or a Committee
appointed to accept tenders and a ‘ Tender Inviting Authority’ means an officer
or a Committee appointed to invite tenders, under section 9;
(j) ‘Tender Bulletin’ means a bulletin published for the State as a
whole or for any district or districts within the State containing the details of
invitation, processing and acceptance of Tenders;
(k) ‘Tender Bulletin Officer’ means a State Tender Bulletin Officer or
a Tender Bulletin Officer referred to in section 7;
(l) ‘Tender Document’ means the set of papers detailing the
schedule of works, Calendar of events, requirement of goods and services,
technical specifications, procurement criteria and such other particulars, as
may be prescribed for evaluation and comparison of tenders.
* [Provided that for the purpose of e-procurement, the ‘tender papers’
means set of documents in electronic form]
3. Provisions not to apply to certain Projects.- The provisions of this
Act in so far as they are inconsistent with the procedure specified in respect of
the Projects funded by International Financial Agencies or Projects covered
under International Agreements, shall not apply to procurement of goods or
services for such project.
* Inserted by Act No. 13 of 2007 w.e.f 27-11-2006
4. Exceptions to applicability. - The provisions of Chapter II shall not
apply to Procurement of goods and services,-
(a) During the period of natural calamity or emergency declared by the
Government;
(b) Where the goods or services are available from a single source or where
a particular supplier or contractor has exclusive rights in respect of the goods
or services or construction work and no reasonable alternatives or substitutes
exist:
61
Provided that for the purpose of this clause there shall be a committee of
three experts consisting of one technical representative of the procuring entity
one technical representative of the Government organisation dealing with
similar procurement and one representative from a reputed Academic or
Research Institution or Non-Commercial
Institution having expertise in such line to examine and declare that the goods
or services are available from a single source.
(c) Where the procuring entity having procured goods, services or
technology from a supplier or contractor determines that additional supplies
must be procured from the same supplier or contractor for reasons of
standardization and compatibility with the existing goods service or technology;
(d) Where the goods or services are procured from certain Departments of
Government, public sector undertakings, statutory boards and such other
institutions specified by the Government and such goods are manufactured or
services are provided by them, for a period not exceeding (three years)* from
the date of commencement of this Act;
** “(e) where the procurement is by the Government Departments, State
Government Undertakings, or any Board, Body or Corporation established by
or under any law and owned or controlled by the Government or Zilla
Panchayats constituted under the Karnataka Panchayat Raj Act, 1993 or City
Municipal Corporations established under the Municipal Corporations Act,
1976 or City Municipal Councils established under the Karnataka
Municipalities Act, 1964 or the Hyderabad Karnataka Areas Development
Board constituted under the Hyderabad Karnataka Area Development Board
Act, 1993 or Malnad Area Development Board constituted under the Malnad
Area Development Board Act,1991 or the Bayaluseeme Development Board
constituted under the Bayaluseeme Development Board Act,1994,-
(i) in case of construction works of all types the value of which does
not exceed rupees five lakhs; (ii) in case of goods or services other than construction works the
value of which does not exceed rupees one lakh;
*Act no. 4 of 2003 shall be deemed always to have been
substituted ** Clauses (e) & (ee) substituted by act no.21 of 2001 w e f
25-8-2001
62
(ee) where the procurement of goods or services is by the Grama
Panchayats and Taluk Panchayats constituted under the Karnataka Panchayat
Raj Act, 1993, Town Municipal Councils or Town Panchayats constituted under
the Karnataka Municipalities Act, 1964 or Urban Development Authorities
constituted under the
Karnataka Urban Development Authorities Act, 1987,-
for the purpose of implementing mini water supply scheme
or construction of school rooms and the value of such procurement
does not exceed rupees two lakhs; and
for other purposes and the value of such procurement does not exceed
rupees one lakh”.
(f) Where the goods or services are procured under rate contracts
from the Director General of Supplies and Disposals or from Association of
State Road Transport undertakings; and
(g) in respect of specific procurements as may be notified by the
Government from time to time.
(h) in respect of spot purchase of cotton by Spinning Mills,
Purchase of Oil seeds by the Karnataka Agro-Industries Corporation or the
Karnataka Co-operative Oil Seeds Grower’s Federation, purchase of sugarcane
by the Sugar Mills, direct purchase of paddy by the Agriculture Produce Market
Committees and the Karnataka Food and Civil supplies Corporation, purchase
of cloth by the Karnataka Handloom Development Corporation, purchase of
silk by the Karnataka Silk Industries Corporation, purchase of milk by the
Karnataka Milk Producers Co-operative Federation, purchase of palm oil by the
Karnataka Food and Civil Supplies Corporation and the Karnataka Co-
operative Oil Seeds Grower’s Federation, purchase of cloth by the Government
Departments and public sector undertaking from the Karnataka Handloom
Development Corporation and purchase by such other organizations or
purchase of any other material as may be notified by the Government from
time to time.
CHAPTER II
REGULATION OF PROCUREMENT
5. Procurement other than by Tender Prohibited. - On and from the
date of commencement of this Act no Procurement Entity shall procure goods
or services except by inviting Tenders for supply.
63
6. Procurement Entities to follow Procedure.-No tender shall be
invited, processed or accepted by a Procurement Entity after the
commencement of this Act except in accordance with the procedure laid down
in this Act or the rules made there under.
7. Tender Bulletin Officers. - (1) The Government may by notification
appoint an officer not below the rank of a Deputy Secretary to Government of
the concerned department to be the State Tender Bulletin Officer for the State
in respect of that Department where the procurement of that department
covers more than one district.
(2) Deputy Commissioner of the District shall be the District Bulletin
Officer.
8. Publication of Tender Bulletin.- (1) The State Tender Bulletin
Officer, or as the case may be, the District Tender Bulletin Officer shall on
receipt of intimation relating to notice of invitation of tender from tender
inviting authority or information relating to details of acceptance of tender
under section 13 or rejection of tender under
section 14 from the tender Accepting Authority, publish within the prescribed
time, the State Tender Bulletin or as the case may be District Tender Bulletin.
(2) The Tender Bulletin shall be made available for sale in the office of
the Tender Bulletin Officer and in such other places as the Tender Bulletin
Officer deems fit to make available.
9. Tender Inviting Authority and Tender Accepting Authority. - The
Procurement Entity may, by order, appoint, -
(i) one or more of officers or a Committee of Officers to be the Tender Inviting Authority for any specified area, specified
procurement or specified class of goods or services, and (ii) one or more of officers or a Committee of Officers to be the
Tender Accepting Authority for any specified area or Specified Procurement, specified class of goods and services:
Provided that where a multi-member Committee is already appointed
for any Procurement Entity for discharging the function of accepting tenders,
such Committee shall be deemed to be a Tender Accepting Authority appointed
under this Act.
10. Tender Scrutiny Committee .- The Tender Accepting Authority may
constitute a Tender Scrutiny Committee consisting of such persons as it deems
64
fit to scrutinise tenders above five crores in the case of the Public Works,
Irrigation and Minor Irrigation Departments of the Government and above
rupees one crore in other cases.
11. Opening of Tenders. - (1) The Procurement entity may authorise
either the Tender Inviting Authority or the Tender Accepting Authority or any
other Officer to open the Tenders and draw up a list of Tenderers responding to
the notice inviting tender, in each case.
(2) The Authority, or as the case may be the officer referred to in
sub-section (1) shall open the tender draw up a list of tenderers in the
prescribed manner and unless it is also the Tender Accepting Authority,
forward the tenders along with the list of tenderers, to the Tender Accepting
authority.
12. Duties of Tender Inviting authority. - (1) It shall be the duty of
every Tender Inviting Authority,-
(a) to take out notice inviting tenders at the behest of the
Procurement Entity in the prescribed manner;
(b) to communicate the notice inviting tenders by marking a copy
thereof to the Tender Bulletin Officer concerned immediately after issue of the
notice;
(c) to cause publication of notice inviting tenders in the prescribed
manner; and
(d) to supply the Schedule of Rates and Tender Documents to every
intending tenderer who has applied to get such documents.
(2) The Tender Inviting Authority shall take out notices,
communications and publications required to be taken out under this section
in such form, in such manner, by such mode and at such time and interval as
may be prescribed and different manner and mode of publication may be
prescribed for different procurements depending on the value of the
procurement.
(3) The Tender Inviting Authority shall collect all the details received in
response to the notice inviting tender, within the time stipulated and unless it
is itself authorised to open the tender shall compile and forward all the tenders
received to the Authority or Officer authorised to open the tenders.
65
13. Acceptance of Tender. - The Tender Accepting Authority shall,
after following such procedure as may be prescribed pass order accepting the
tender and shall communicate the information relating to acceptance of tender
together with a comparative analysis and reasons for accepting of tender to the
procurement entity and the Tender Bulletin Officer:
Provided that where the Tender Accepting Authority consists of single
officer who is due to retire within the next six months, from the date fixed for
the acceptance for tender, he shall not act to accept the tender without
obtaining prior approval of the Procurement Entity.
Provided further that subject to such general or special order as may
be issued by the Government from time to time, the Tender Accepting Authority
may before passing order accepting a tender negotiate with lowest tenderer.
14. General rejection of tenders. - (1) The Tender accepting
authority may at any time before passing an order of acceptance under section
13 reject all the tenders on the ground of changes in the scope of procurement,
failure of anticipated financial resource, accidents, calamities or any other
ground as may be prescribed which would render the procurement
unnecessary or impossible and report the same to the Procurement Entity.
(2) The Procurement Entity shall thereafter communicate the fact
of the rejection under this section to all the Tenderers and also cause the same
to be published in the Tender Bulletin.
15. Power to give directions.- It shall be competent for the
Government to give appropriate directions to the Procurement Entity or the
Authorities under the Act in order to secure and maintain transparency at any
stage of the process of procurement, and it shall be duty of the Procurement
Entity or such authority to comply with the directions.
16. Appeal. - (1) Any tenderer aggrieved by an order passed by the
Tender Accepting Authority other than the Government under section 13 may
appeal to the prescribed authority within thirty days from the date of receipt of
the order.
Provided that the prescribed authority may, in its discretion allow
further time not exceeding thirty days for preferring any such appeal, if it is
satisfied that the appellant had sufficient cause for not preferring the appeal in
time.
66
(2) The prescribed authority may after giving opportunity of being heard
to both the parties pass such order thereon as it deems fit and such order shall
be final.
(3) The prescribed authority shall as far as possible dispose of the
appeal within thirty days from the date of filing thereof.
17. Power to obtain information.- Notwithstanding anything
contained in this Act or in any other law for the time being in force, the
Government may with a view to ensuring transparency call for and obtain, from
any Authority under the Act, any information relating to any matter in the
process of procurement.
18. Power to call for records.- The Government may at any time,
with a view to ensuring transparency in the procurement process call upon any
authority under the Act,-
to produce records relating to invitation, processing and acceptance of
tenders;
to furnish the tender document, estimates/statements/accounts or
statistics relating to such tenders; and
to furnish report on any specific point incidental to the procurement.
CHAPETER-II A
E-Procurement
*[18-A. E-Procurement,-(1) there shall be single unified e-
procurement platform for all procurement entity which may be notified under
subsection (2).
(2) With effect from such date as may be specified by the Government,
by notification, a procurement entity in respect of a class of procurement, if
any, as may be notified shall procure its procurements through the e-
procurement platform.
(3) Notwithstanding anything contained in this Act, the Government
may make rules, for specifying a separate procedure to be followed by
procurement entities notified under sub section(2) for e-procurement through
e-procurement platform; and for non-application of other procedure of
procurement to e-procurement.]
67
*[Inserted by Act No. 13 of 2007 w.e.f 27-11-2006
CHAPTER-III
MISCELLANEOUS
19. Officers deemed to be Public Servants.- Every Officer acting
under or in pursuance of the provisions of this Act or under a rule, order or
notification made there under, shall be deemed to be a public servant within
the meaning of section 21 of the Indian Penal Code, 1860 (Central Act XLV
1860)
20. Immunity for action taken in good faith. - No suit or other
legal proceeding shall lie against the Government or any officer or authority
empowered to exercise powers or perform the functions under the Act in
respect of anything which is in good faith done or intended to be done under
this Act.
21. Bar of Jurisdiction of Courts. - Save as otherwise provided in
this Act no order passed or proceedings taken by any officer or authority under
this Act shall be called in question in any court, and no injunction shall be
granted by any court in respect of any action taken or to be taken by such
officer or authority in exercise of powers
conferred on him or it, by or under this Act.
22. Act to override the other laws.- The provisions of this Act shall
have effect notwithstanding anything inconsistent therewith contained in any
other law for the time being in force or any custom or usage, agreement, decree
or order of a court or a Tribunal or other Authority.
23. Penalty. - Whoever contravenes the provisions of this Act or the
rules made there under shall be punishable with imprisonment for a term
which may extend to three years and with fine which may extend to five
thousand rupees.
24. Power to remove difficulties .- If any difficulty arises in giving
effect to the provisions of this Act, the Government may, by an order published
in the Gazette make such provisions not inconsistent with the provisions of the
Act as appear to them to be necessary or expedient for removing the difficulty:
68
Provided that no such order shall be made after the expiry of a
period of two years from the date of commencement of the Act.
25. Power to make rules. - (1) The Government, may by notification,
make such rules as are necessary for carrying out the purposes of this Act.
(2) Every rule made or notification or order issued under this Act
shall as soon as possible, after it is made or issued, be placed before each
House of the State Legislature while it is in session for a total period of thirty
days, which may be comprised in one session or in two or more successive
sessions and if before the expiry of the session in which it is laid or the
sessions immediately following both Houses agree in making any modifications
in the rule, notification or order or both Houses agree that the rule, notification
or order shall not be made, the rule or notification or order shall thereafter
have effect only in such modified form or be of no effect, as the case may be, so,
however that any such modification or annulment shall be without prejudice to
the validity of anything previously done under that rule or notification or order.
26. Savings.- All rules, regulations, orders, notifications
departmental codes, manuals, bye-laws, official Memoranda, circulars or any
other order made or issued before the commencement of this Act and in force
on the date of such commencement providing for or relating to any of the above
matters for the furtherance of which this Act is enacted shall continue to be in
force and effective as if they are made under the corresponding provisions of
this Act, to the extent they are not inconsistent with the provisions of the Act
and unless and until superseded by anything done or any action taken or any
rule, notification or order, is made under this Act.
27. Repeal and savings.-
(1) The Karnataka Transparency in Public Procurements Ordinance, 2000
(Karnataka Ordinance No. 8of 2000) is hereby repealed.
(2) Notwithstanding such repeal anything done or any action taken under the
said Ordinance shall be deemed to have been done or taken under this Act.
V.S.RAMADEVI
GOVERNOR OF KARNATAKA
By Order and in the name of the Governor of Karnataka, M.R. Hegde
Secretary to Government Department of Parliamentary Affairs and Legislation
69
THE KARNATAKA TRANSPARENCY IN PUBLIC PROCUREMENT
RULES 2000
(Published in the Karnataka Gazette, Extraordinary, dated 24-10-2000, vide,
Notification No. PWD 154 FC III 2000, Dated 24-10-2000)
No.PWD/154/FC-III/2000 Dated: 24th October 2000
NOTIFICATION
CHAPTER I
PRELIMINARY
In exercise of the powers conferred by Sub Section (1) of Section 23 of
the Karnataka Transparency in Public Procurement Ordinance 2000, the
Government of Karnataka hereby makes the following Rules namely:-
1. Short title and commencement: -
(a) These rules may be called be called the Karnataka Transparency in Public
Procurements Rules, 2000,
(b) They shall come into force on the date of Publication in the Gazette
2. Definitions: In these rules, unless the context otherwise requires
(a) "Earnest money deposit" means the amount required to be
deposited by a tenderer along with his tender indicating his willingness to
implement the contract;
(b) "Pre-qualification" means the process by which the tenderers are
first screened for their capability and resources to implement the contract
before they are permitted to offer their tenders;
(c) "two-cover system" means a procedure under which the tenderers
are required simultaneously submit two separate sealed covers, one containing
the Earnest Money Deposit and the details of their capability to undertake the
tender which will be opened first and the second cover containing the price
quotation which will be opened only if the tenderer is found to be qualified to
execute the tender;
70
(d) "Two-stage Tender System" means a procedure under which
tenders for turn-key contractors are invited in two stages, the first stage
unpriced tender being a technical tender only on the basis of conceptual
design or performance specifications subject to technical as well as
commercial clarifications and adjustments to be followed by amended tender
documents and the submission of final technical proposals and priced
tenders in the second stage".
*(e) “Consultancy services” includes activities such as policy
Advices, Institutional reforms, Management, Engineering Services,
Construction Supervision, Financial Services, Investment and Merchant
Banking Services, Social and Environmental Studies, Identification,
preparation and implementation of projects to complement Government of
Karnataka capabilities.
*(f) “Consultants” means individuals Firms or Organisations engaged
for providing Consultancy Services in accordance with Chapter VI A.
*(g) “Client” means the Procurement Entity engaging the Consultants.
*(h) “Party” includes the client or the Consultant, as the case may be
and “parties” means both of them.
CHAPTER II
GENERAL
3. Categories of procurement: - (1) For the purposes of the
application of these rules, procurement is categorized as follows, namely:-
(i) Construction; (ii) Supply of goods and services; and
(iii) Consultancy services*
71
CHAPTER III
PUBLICITY
4. Publication of tender bulletin: - (1) The District Tender Bulletin
shall be published by the District Bulletin Officer at least once in every week.
(2) The State Tender Bulletin shall be published by the State Tender
Bulletin Officer at least once in every week.
(3) The Tender Bulletin Officer shall cause to be published all notices
inviting tenders and intimations of acceptance of tenders received up to forty
eight hours prior to the actual publication of the bulletin.
* Published in the Karnataka Gazette, Extraordinary, dated 29-05-2008 vide
notification No. PWD121 SO/FC 2003 dated 26th Sept 2003
(4) In case notice inviting tender or information relating to
acceptance of the tender needs to be published urgently, then the Secretary to
Government of the concerned administrative department in the case of the
State Tender Bulletin or the Deputy Commissioner in the case of the District
Tender Bulletin may for the reasons to be
recorded in writing, direct the respective tender bulletin officers to publish an
extraordinary issue of the tender bulletin.
5. Distribution of tender Bulletins:- (1) The Tender bulletin Officer
shall make the tender bulletin available in the concerned office of the
Government department, local authority statutory board, public sector
undertaking, university or cooperative institution.
(2) The Tender Bulletin Officer shall make available adequate copies of
the tender Bulletin at the office of the Tender Inviting Authority whose notice
inviting tenders and intimation of tender acceptance finds place in the bulletin.
(3) Any person or institution can be enrolled as a regular subscriber to
the tender bulletin on payment of a fixed fee annually, half-yearly or quarterly
as the case may be.
6. Tender Bulletin to contain information only: - (1) The tender
bulletin shall contain only information of the notice inviting tenders.
(2) Intimation of acceptance of tender shall not in itself create a legal
right.
72
(3) A notice inviting tender will not be invalidated merely on the
grounds that the notice has not been published in the News papers.
7. Information to be published in the state tender bulletin: - The
notice inviting tenders and decisions on tenders shall be published in the State
Tender Bulletin in cases where.-
(d) The Tender Inviting Authority is a secretary to Government, or a head of a government department, or the Chief Executive of a public Sector Undertaking, Statutory board, apex Cooperative Institution,
University or State Level Society Formed by the Government. (b) The value of the procurement is rupees one crore and above.
8. Information to be published in the district tender bulletin:-
Subject to the provisions of rule 10, notices inviting tenders and decisions on
tenders shall be published in the district Tender Bulletin of the district where
the headquarters of the Tender Inviting Authority is located.
Provided that where a value of procurement is rupees one crore and
above, it shall also be published in the State Bulletin.
9. Details to be mentioned in notice inviting tenders: - The
Notice inviting Tenders shall contain the Following details, namely,-
(a) The name and address of the procuring entity and the designation
and address of the Tender Inviting authority;
(b) Name of the scheme, project or programme for which the
procurement is to be effected;
(c) The date up to which and places from where the tender documents
can be obtained;
(d) The amount of earnest money deposit payable;
(e) The last date and time for receipt of tenders;
(f) The date, time and place for opening of tenders received; and
(g) any other information which the Tender Inviting authority
considers relevant.
10. Publication of notice inviting tenders in newspapers:- (1) The
Tender Inviting Authority shall have the notice inviting tenders published in
73
the Indian Trade Journal in all cases where the value of procurement exceeds
rupees ten crores.
(2) The number, editions and language of the newspapers in which
the notices inviting tenders shall be published will be based on the value of
procurement as per departmental rules.
(3) In cases where publication of Tender Notices is to be done only in
newspapers with circulation within the District, the Information and Publicity
Officer of the District shall be the competent authority to release the
advertisement and in all other cases the competent authority to release the
advertisement shall be the director of Information and Publicity Bangalore.
(4) The notice inviting tender shall be given due publicity in
Newspapers and also by a fixing on notice boards in the District Offices. The
Director of Information and Publicity shall publish the Notice Inviting Tenders
as per instructions of the tendering department.
CHAPTER III
NOTICE INVITING TENDERS AND
TENDER DOCUMENTS
11. Technical specification contained in the tender
document: - (1) The technical specifications contained in the tender
documents shall include a detailed description of what is proposed to be
procured.
(2) Unbiased technical specifications shall be prepared by
observing the following safe guards, namely:-
(a) use of brand names and catalogue numbers shall be avoided and where it becomes unavoidable, along with the brand name the expression “or
equivalent” shall be added; (b) Where ever possible the appropriate Indian Standards with the number
shall be incorporated;
(c) In the case of construction tenders, detailed estimates shall be prepared by the competent technical authorities based on the schedule of rates and standard data as revised from time to time
12. Commercial conditions:- (1) The tender documents shall
require all tenderers to pay an earnest money deposit at the rates as per the
departmental rules by means of a demand draft, bankers cheque, specified
74
small savings instruments or where the procuring entity deems fit, irrevocable
bank guarantee in a specified form of the department. The tender documents
shall clearly state that any tender submitted without the earnest money deposit
be summarily rejected.
Provided that any category of tenders specifically exempted by the
Government from the payment of earnest money deposit will not be required to
make such a deposit.
(2) The tender documents shall specify the period for which the
tenderer should hold the prices offered in the tender valid.
Provided that the initial period of validity shall not be less than
ninety days.
(3) The tender documents shall require that as a guarantee of the
tenderer's performance of the contract, a security deposit be taken from the
successful tenderer as per departmental rules.
(4) The tender documents and the contract shall include a clause for
payment of liquidated damages and penalty payable by the tenderer in the
event of non-fulfillment of any of the terms or whole of the contract.
(5) The tender documents shall indicate the quantity proposed to be
procured in the tender, and the Tender Accepting authority shall be ordinarily
permitted to vary the quantity finally ordered only to the extent of twenty five
percent either way of the requirement indicated in the tender documents.
13. Supply of tender documents:- (1) the Tender Inviting Authority
shall make available the tender documents from the date indicated in the
notice inviting tender.
(2) The Tender Inviting Authority shall ensure that the tender
documents are made available to any person, who is willing to remit the cost of
the documents,
Provided that in the cases where the procuring entity has a
system of registration of contractors, the tender documents will be supplied
only to registered contractors in the appropriate class.
(3) The Tender Inviting Authority shall send by registered post or
courier the tender documents to any prospective tenderer who makes a request
for the documents on payment of cost along with postal charges at the risk and
responsibility of the prospective tenderer.
14. Clarification to tender documents:- At any time after the
issue of the tender documents and before the opening of the tender, the tender
75
Inviting authority may make any changes, modifications or amendments to the
tender documents and shall send intimation of such change to all those who
have purchased the original tender documents.
CHAPTER - V
RECEIPT OF TENDERS AND TENDER OPENING
15. Place and time for receipt of tenders: - (1) The Tender Inviting
authority shall ensure that adequate arrangements are made for the proper
receipt and safe custody of the tenders at the place indicated for the receipt of
tenders.
(2) The Tender Inviting Authority shall permit the submission of
tenders by post or courier.
Provided that the Tender Inviting Authority shall not be
responsible for any delay in transit in such cases.
(3) The Tender Inviting Authority may extend the last date and time
for receiving tenders after giving adequate notice to all intending tenderers in
cases where:-
(a) The publication of the tender notice has been delayed;
(b) The communication of changes, in the tender documents to the
prospective tenderers under rule 14 took time;
(c) Any other reasonable grounds exist, for such extension which shall
be recorded in writing by the Tender Inviting Authority.
16. Marking of covers in which the tender is submitted: - The
tenderer shall be responsible for properly super scribing and sealing the cover
in which the tender is submitted and the Tender Inviting Authority shall not be
responsible for accidental opening of the covers that are not properly super
scribed and sealed as required in the tender documents before the time
appointed for tender opening.
17. Minimum time for submission of tenders:- (1) Tender
Inviting Authority shall ensure that adequate time is provided for the
submission of tenders and minimum time is allowed between date of
publication of the Notice Inviting Tenders in the relevant tender Bulletin and
76
the last date for submission of tenders. This minimum period shall be as
follows:-
(a) For tender up to rupees two crores in value, thirty days,
and
(b) For tenders in excess of rupees two crores in value ¹sixty
days
(2) Any reduction in the time stipulated under sub-rule (1) has to be
specifically authorized by an authority superior to the Tender Inviting Authority
for reasons to be recorded in writing.
18. Opening of tenders: - (1) all the tenders received by the
tender Accepting Authority shall be opened at the time specified in the Notice
Inviting Tenders and in cases where an extension of time for the submission of
tenders has been given subsequent to the original Notice Inviting Tenders in
accordance with sub-rule (3) of rule 15 at the time so specified subsequently.
(2) The tenders will be opened in the presence of the tenderers or
one of the representatives of the tenderer who chooses to be present.
19. Procedure to be followed at tender opening: - the following
procedure shall be followed at the tender opening:-
(a) All the envelopes received containing tenders shall be counted;
(b) All the tenders received in time shall be opened;
(c) A record of the corrections noticed at the time of the bid opening shall be
maintained
(d) The name of the tenderers and the quoted prices should be read out.
(e) The fact whether earnest money deposit has been made and other
documents required have been produced may be indicated, but this shall
be merely an examination of the documents and not an evaluation;
(f) Minutes of the tender opening shall be recorded. The signatures of the
tenderers present shall be obtained unless any of the tenderers or his
representative refuses to sign the minutes.
20. Tender scrutiny committee:- (1) Tender Accepting
Authority may constitute a Tender Scrutiny Committee consisting of such
officers as it deems fit to scrutinize the tender documents, supervise opening of
tenders carry out the preliminary examination and detailed evaluation of the
77
tenders received and to prepare an evaluation report for the consideration of
the Tender Accepting Authority.
(2) The Tender accepting authority shall constitute the Tender
Scrutiny Committee, where the value of tender exceeds rupees five crores in
respect of public works, irrigation department and minor irrigation department
and one crore in respect of all the other departments.
CHAPTER - VI TENDER EVALUATION
21. Tender evaluation to be in accordance with evaluation
Criteria: - The Tender Accepting Authority shall cause the evaluation of
tenders to be carried out strictly in accordance with evaluation criteria
indicated in tender documents.
22. Time taken for evaluation and extension of tender
validity: - (1) The evaluation of tenders and award of contract shall be
completed, as for as possible, within the period for which the tenders are held
valid.
(2) The Tender Accepting Authority shall seek extension of the
validity of tenders from the tenderers for the completion of evaluation, if it is
not completed within the validity period of tender.
(3) In case the evaluation of tenders and award of contract is
not completed within extended period, all the tenders shall be deemed to have
become invalid and fresh tenders may be called for.
23. Process of tender evaluation to be confidential until
the award of the contract is notified: (1) The Tender Inviting Authority shall
ensure the confidentiality of the process of tender evaluation until orders on
the tenders are passed.
(2) Tenders shall not make attempts to establish unsolicited and
unauthorised contact with the Tender Accepting authority, Tender Inviting
Authority or Tender Scrutiny Committee after the opening of the Tender and
prior to the notification of the Award and if any attempt by the tenderer to
bring to bear extraneous pressures on the Tender Accepting authority shall be
sufficient reason to disqualify the tenderer.
(3) Notwithstanding anything contained in sub-rule (2), the Tender
Inviting authority or the Tender Accepting authority or the Tender Scrutiny
Committee may seek bona fide clarifications from tenderers relating to the
tenders submitted by them during the evaluation of tenders.
78
24. Initial examination to determine substantial
responsiveness: - (1) The Tender Inviting Authority shall cause an initial
examination of the tenders submitted to be carried out in order to determine
their substantial responsiveness.
(2) During the initial examination the following factors shall
be considered, namely:-
(a) Whether the tenderer meets the eligibility criteria laid down in the
tender documents;
(b) Whether the crucial documents have been duly signed;
(c) Whether the requisite earnest money deposit has been furnished;
(d) Whether the tender is substantially responsive to the technical
specifications set out in the bidding documents including the testing
of samples where required.
(3) Tenders which on initial examination are found not to be
substantially responsive under any of the clauses under sub-rule (2)
may be rejected by the Tender Accepting Authority.
25. Determination of the lowest evaluated price:- (1) Out of
the tenders found to be substantially responsive after the initial examination
the tenderer who has bid the lowest evaluated price in accordance with the
evaluation criteria or tenderer scoring the highest on the evaluation criteria
specified as the case may be, shall be determined.
(2) In determining the lowest evaluated price, the following
factors shall be considered, namely:-
(a) the quoted price shall be corrected for arithmetical errors;
(b) In case of discrepancy between the prices quoted in words and in
figures, lower of the two shall be considered;
(c) Adjustments to the price quoted shall be made for deviations in
the commercial conditions such as the delivery schedules and minor
variations in the payment terms which are quantifiable but deemed
to be non-material in the context of the particular tender;
(d) The evaluation shall include all central duties such as customs
duty and central excise duty inclusive of local levies as a part of the
price.
79
(e) In the case of purchase of equipment, the operation and
maintenance and spare part costs for appropriate periods as may be
specified in bid documents may be quantified, where practicable and
considered.
* Provided that for a period of five years from the first day
of April 2001, small scale industries in the state shall be given Fifteen percent
price preference in accordance with the New Industrial Policy 2001-2006
issued by the Government in Order No. CI 167 SPI 2001, dated 30th June
2001 while determining the lowest evaluated price.
Explanation : For the purpose of this proviso small scale
industry means an industrial undertaking in which investment in fixed assets
in plant and machinery whether held on ownership terms or on lease or by hire
purchase does not exceed rupees one hundred lakhs.
26. Preparation of evaluation report and award of tenders:- (1)
Tender Scrutiny Committee or the officer inviting the tender shall prepare
detailed evaluation report which shall be considered by the Tender Accepting
Authority before taking a final decision on the tender.
(2) As soon as the tenderer qualified to perform the contract is
identified, in accordance with (section13)** the Tender Accepting Authority
shall pass orders accepting the tender and communicate the order of
acceptance to the successful tenderer. The Tender Accepting Authority shall
also send to the Tender Bulletin Officer a statement of evaluation of the tenders
with a comparative statement of tenders received and decision thereon for
publication in the Tender Bulletin. (*Proviso and
explanation inserted by notification No.PWD 389 FC-3/2001 dated30-8-2001w
e f 1-09-2001 **Pwd 154 FC-3/2001(part-1) 2-04-2001)
(3) Within such reasonable time as may be indicated in the
tender documents, the tenderer whose tender has been accepted will be
required to execute the contract agreement in the specified format
(4) In case the successful tenderer fails to execute
necessary agreement under sub rule (3) within the period specified, then
Earnest Money Deposit shall be forfeited and his tender held as non-
responsive.
27. Pre-qualification Procedure: - (1) The tender inviting
authority shall for reasons to be recorded in writing provide for pre-
qualification of tenderers on the basis of:
80
(a) Experience and past performance in the execution of similar
contracts;
(b) Capabilities of the tenderer with respect to personnel, equipment
and construction or manufacturing facilities;
(c) Financial status and capacity.
(2) Only the tenders of pre-qualified tenderers shall be
considered for evaluation.
* “Provided that notwithstanding anything contrary
contained in these rules the tender inviting Authority may adopt the list of
prequalified tenderers empanelled by the Directorate of Information
Technology, Government of Karnataka in respect of computers, peripherals and
related services and call for price bids from all such prequalified tenderers and
the price bids received from the prequalified tenderers shall be considered for
evaluation by the tender accepting authority, so far as may be in accordance
with these rules."
28. Two Cover Tenders:- (1) In the case of construction or supply
and installation of equipment, tenders exceeding Rs. 50 lakhs in value where
the prequalification procedure or Turn Key Tender System are not being
followed the tender inviting authority shall follow the two -cover tender system.
(2) The first cover shall contain the following information about
the tenderer namely:
(a) Experience and past performance in the execution of similar
contracts.
(b) Capabilities with respect to personnel, equipment and construction
or manufacturing facilities
(c) Financial status and capacity
(d) Any other information considered relevant.
* Proviso inserted by notification No. PWD 22 FC 3/2001, dated 1-3-2001, w e f
19-4-2001
(3) The second cover shall contain the prices quoted
by the tenderer.
81
(4) The tender inviting authority shall cause the first cover to be
opened first and evaluate the tenderer's capacity on the basis of criteria
specialised in the tender document and on this basis, prepare a list of qualified
tenderers.
(5) Thereafter, the Second cover containing the price quotations
of only those tenderers found qualified under sub-rule (4) shall be opened by
the tender inviting authority.
(6) The tender inviting authority shall follow the procedure
outline in rule 25 and 26.
"28A. Two stage tender system. - (1) In the case of 'turn-key' contracts involving supply, installation, testing and
commissioning of specially engineered plant and equipment such as turbines, generators, boilers, switchyard, pumping stations, telecommunications, process and treatment plants and the like for
power, after, sewerage, telecommunication and similar projects or procurement of equipment subject to rapid technological advances
such as computer and communication systems, where it is undesirable or impractical to prepare a complete technical specifications in advance, two-stage tender system may be adopted.
2) First stage tender will consist of a technical tender only,
without reference to the rates and prices for completing the facilities and a list
of deviations to the technical and commercial conditions set forth in the tender
documents or any alternate technical solution as a tenderer wishes to offer and
a justification therefore, always provided that such deviation or alternate
solution do not change the basic objective of the contract and that they meet
the conceptual design or performance or functional specifications contained in
the tender documents.
3) The Tender Inviting Authority shall cause the first stage
tender to be opened and evaluate whether the tenderer meets the required
minimum acceptable qualification criteria, whether the tenderer has submitted
a technically responsive first stage tender and prepare a list of qualified and
responsive tenderers.
4) The Tender Inviting Authority shall convene a clarification
meeting of all first stage qualified tenderers and review the tender's tender and
prepare a memorandum of all required amendments, additions, deletions and
other adjustments.
82
5) The Tender Inviting Authority shall revise the tender
documents and specifications to permit new technologies and introduce the
right evaluation critcria.
6) Only those tenderers who have submitted a technically
responsive and acceptable first stage tender shall be invited to submit Second
Stage Tender.
7) The second stage tender shall consist of,-
(a) an updated technical tender incorporating all the changes
required by the tender Inviting Authority as recorded in the
memorandum prepared in sub-rule (4) or as necessary to reflect any
amendments to the tender documents issued subsequent to
submission of the first stage tender; and
(b) the commercial tender.
8) All second stage tenders must be accompanied by specified
tender security.
9) All second stage tenders (both technical and price) will be
opened in the presence of tenderers or their authorised representatives.
10) The two stage tender shall be evaluated and awarded
following the procedure specified in rules 25 and 26.
CHAPTER – VIIA
CONSULTANCY SERVICES
* Published in the Karnataka Gazette, Extraordinary, dated 29-05-2008 vide
notification No. PWD121 SO/FC 2003 dated 26th Sept 2003
28B. Selection methods. - The following methods of
selection of Consultants shall be adopted as found appropriate for the
assignment.
(a) Quality and Cost Based Selection (QCBS);
(b) Least Cost Selection (LCS); (c) Single Source Selection (SSS);
83
28C. Quality and Cost Based Selection (QCBS). - The quality and cost
based selection is based both on the quality of the proposals and the cost of the
services to be provided. In this method, the technical and financial proposals
shall be received in separate sealed envelope. The technical proposals shall be
opened first (unopened financial proposals are kept under security) and the
evaluation report of the technical proposals shall be prepared and the approval
of Tender Accepting Authority shall be obtained. The financial envelopes of
those consultants who submitted responsive technical proposals meeting the
minimum qualifying scores shall be opened in the presence of the consultants
or their representatives. The proposals shall then be evaluated. Once the
financial proposals are evaluated, a combined evaluation of the technical and
financial proposals shall be carried out by weighing and adding the quality and
the cost scores, and the Consultant obtaining the highest combined score shall
be invited for negotiations. Since price is a factor of selection, staff rates and
other unit rates shall not be negotiated.
28D. Least Cost Selection (LCS). - The Least Cost Selection method is
more appropriate to selection of consultants for assignments of a standard or
routine nature (audits, engineering design of non-complex works and so-forth)
where well established practices and standards exist. Under this method a
minimum qualifying score for quality is established and indicated while inviting
proposals. Short-listed consultants shall submit their proposals in two
envelopes. The technical proposals shall be opened first and evaluated.
Proposals scoring less than the minimum technical qualifying score shall be
rejected, and the financial envelopes of the rest shall be opened in public. The
Consultant with the lowest evaluated price shall be selected.
28E. Single Source Selection (SSS). - Under Single Source Selection,
the Client selects a specific consultant and requests him to prepare technical
and financial proposals, which are then negotiated. Since there is no
competition, this method is acceptable only in exceptional cases and made on
the basis of strong and convincing justifications where it offers clear
advantages over the competition, because,-
(i) the assignment represents a natural or direct continuation of a previous one awarded competitively (the estimated cost of the continuation assignment is not more than 50% of the previous
competitively awarded assignment), and the performance of the incumbent consultant has been satisfactory; or
(ii) a quick selection of the consultant is essential, e.g., in emergency operations such as natural disasters and financial crisis; or
84
(iii) the contract is very small in value (i.e., less than rupees 5,00,000 for consulting firms or organisations and less than Rs.
1,00,000 for Individual Consultants); or (iv) only one Consultant has the qualifications or has experience of
exceptional worth to carry out the assignment.
28F. Steps in the Selection Process. - Depending on the selection
method adopted, the selection process carried out by the Client generally shall
include the following steps:
(i) Preparation of the Terms of Reference (TOR) for the assignment; (ii) Preparation of the cost estimate to determine the budget of the
assignment;
(iii) Advertising to invite the expressions of interest from Consultants (mandatory in respect of assignments estimated to cost more than rupees 20 lakhs);
(iv) Short-listing to identify consultants qualified for the assignment;
(v) Preparation and issuance of the Request for Proposals (RFP);
(vi) Preparation and submission of proposals by the consultants;
(vii) Evaluation of the technical proposals i.e., quality evaluation; (viii) Evaluation of financial proposals; (ix) Final combined quality and cost evaluation to select the
winning proposal (QCBS); and (x) Negotiations, if any, and signing of contract between the Client
and Consultant.
28G. Contracts.- Two main considerations determine the type of
contract to be used for the various consultant assignments; the nature and
degree of the definition of the assignment, the distribution of risks between the
Client and Consultant and the level of contract supervision the client will be
able to provide. The following are the various types of contracts that can be
adopted for appropriate assignments, namely:-
(I) Lump Sum (Firm Fixed Price) contracts.- These are used mainly for
assignments in which the content and length of services and the required
output of the Consultant are clearly defined and for these reasons the
Consultant can generally control the scope of work and duration of services. In
these contracts payments are linked to clearly specified outputs.
85
(II) Time-Based contracts. - Under this type of contract, the Consultant
provides services on a time basis according to quality specifications, and
Consultant's remuneration is based on, agreed unit rates for Consultant Staff
multiplied by the actual time spent by this staff in executing the assignment
and reimbursable expenses using actual expenses and agreed unit prices.
(III) Percentage Contracts. - It is one where consultants are paid an
agreed percentage of the actual project cost.
(IV) Indefinite Delivery Contracts (Price Agreement or Standing
Offers). - These refer to contracts in which a Consultant is hired for a specified
period to undertake tasks as and when the need arises.
28H. Standard Requests for Proposals (RFP) and Contract Formats. -
Standard RFP (Requests for Proposals) and Contract Formats as may be issued
by the Government of Karnataka from time to time shall be used. The
Instructions to Consultants (ITC), Formats for submission of Proposals (unless
specified otherwise) as well as the General Conditions of Contract (GCC) shall
not be changed. However the Data Sheet and Special Conditions of Contract
enable the Procurement Entities to amend or supplement Instructions to
consultants (ITC) and General Conditions of Contract (GCC) to reflect local
conditions and characteristics of assignment.
28I. Supervision of the Consultancy Contracts. - The Client is
responsible for supervising the assignment. He shall make arrangements to
monitor the progress of work, the timely completion of deliverables, the staff
months and money expended (for time-based contracts) and determine where,
within the contract, changes in the scope of work might be appropriate. The
Contract usually requires that the Consultant shall submit regular progress
reports and other periodical reports. The Client shall ensure providing
comments on these reports in a timely manner. For large assignments, a
Committee shall be constituted to review Consultant’s work.
28J. Individual Consultants versus Consulting Firms. - (1) Individual
Consultants may be employed to assist the Client in various areas of the
project preparation and implementation. Individuals may be engaged on
assignments for which,-
(a) the experience and qualifications of the individual must be dominant;
(b) no support from an organization is needed for the Individual; and
(c) team work or multidisciplinary approach is not necessary.
86
When integrated technical work and joint responsibility for the
Consultants' output are important, it is necessary to hire a Consulting Firm.
The TOR of the assignment provides the basis for decision. As a general rule,
when dealing with project preparation services of a complex nature, it is
advisable to hire a firm, whereas individuals can be considered for advisory
services assignments or technical opinions on specific matters in which
specialist individual knowledge is the key issue. As a practical rule, if three or
more individuals are needed for an assignment, it is often better to hire a
Consulting firm, so that the firm will be responsible for identifying the best
individuals, ensuring cohesiveness and technical solvency, as well as backup
and transparent administration.
28K. Hiring of Government Officials, officials of Government
Undertaking, Corporations etc.,. - Government officials and officials
employed in Government Undertakings or Corporations shall not be engaged
under consulting services, since there could be a conflict of interest. This
applies regardless of their being on leave or on deputation. University
Professors or Scientists from Autonomous Research Institutes may be
contracted individually, provided they are permitted by their service conditions
to undertake assignments for a specified period in a year. Individual
Consultants shall not be hired by Agencies, where the relatives of the
Individual Consultant, are employed in position of influence.
CHAPTER - VII
APPEALS
29. Appeal: - An appeal under *(section 16) shall lie:
(a) To the Head of the Department concerned if the order is passed by the
Tender accepting authority subordinate to the Head of the Department:
(b) To the Government if the order is passed by a tender accepting
authority which is Head of the Department, or a local authority or a
State Government Undertaking or a Board, Body Corporation or any
other authority owned or controlled by the Government.
By Order and in the name
Governor of Karnataka
K.R. BADIGER Under Secretary to Government
1
Case 1: Procurement of works: (Procurement Planning)
Under PMGSY an all weather road was proposed and was entrusted to a
contractor at his tendered cost of Rs. 1.20 crores. The scheme guidelines
stipulates for a proper survey to asses land availability and feasibility of the
work. The detailed project report should have the entire checklist for its
approval. It was certified that the road formatting width was available as per
the guidelines and no need to acquire extra land.
The state quality monitor inspected the alignment of the road and
reported that the width of the road was insufficient, and the alignment ran
along the side of the deep stone quarry. He suggested some protective
measures. An aggrieved person “X” moved the court and obtained stay for
acquisition of his land for the road work.
The authorities inspected and stated that the estimate for the work was
prepared without considering Guidelines as stipulated and were not technically
feasible and ordered the work to be dropped. Till then an expenditure of 25
lakhs has been incurred towards construction of embankment. The audit
objected with the above facts that this is a clear indication of giving sanction to
the works in a routine manner instead of inspecting at the spot.
The Audit observed that flouting of the scheme guidelines and failure of
the executive authorities in conducting suitable survey and investigation to
ensure existing connectivity, proper alignment availability of land and technical
feasibility prior to proposing the work resulting in abandoning the work
rendering the expenditure of Rs. 25 lakhs wasteful. The audit Para was
incorporated in the CAG report.
Analysis of the case:
The procurement schedule should form the basis of the preparation of
Designs and specifications to match the scheme guidelines. It should also help
to recognize problems and to take corrective measures. The planning should
understand the sequence and timing of the procurement stages, their
contribution and responsibility at each stage, as mentioned in circular No.
PWD 1359/SO/FC 2001(P2) 25.10.2002. The above guidelines have not been
followed which resulted in wasteful expenditure of 25.00 Lakhs. This attracts
the provisions of KCS (CCA) Rules 1957 for the act of negligence.
Questions
1. What is the planning process in implementing a project?
2
CASE 2 :
Unfruitful Expenditure:
The construction of lift irrigation scheme was completed during 1978 at a
cost of 5.5 lakhs. The lift irrigation scheme could not be put to use unless
second stage lift irrigation scheme is approved and taken up. The second stage
was administratively approved comprising of a delivery chamber, canals,
erecting of pumping machinery which involves acquisition of land. The civil
portion of work was entrusted to a contractor for 21.7 lakhs and an
expenditure of 15.7 lakhs was incurred. It could not be completed due to land
acquisition problem. Supply and erecting of machinery was approved at a cost
of 1.36 crores. In the 2nd stage the rising main was laid up to 250 meters
against 1100 meters and the work was stopped due to non availability of land.
The updated expenditure incurred on the 2nd stage was 1.19 crores.
Audit observes that the Land acquisition proceedings started in 2001
could not be completed due to nonpayment of deposit amount by the engineer
in charge therefore construction of the second stage lift irrigation scheme
could not be completed rendering the expenditure of 1.25 crores made till date
on the scheme is unfruitful.
Analysis :
As per standard Tender Document 18 of the Contract conditions the
employer shall give possession of the site to the contractor.
Contract management in the context of execution of work means that the
public procurement authority is responsible for securing due performance of
contract by making available the required land as per the terms and the
condition set forth in the contract document without giving room for cost
overrun or time overrun in the completion of the project. In the present case
because of the failure of the authorities in providing land for execution of the
contract the expenditure became unfruitful.
Questions
1. Can a work order be issued to a contractor before handing over of
work site in full?
2. In case of delays, what should be the standard procedure to be
adopted?
3
CASE 3 :
Extra Expenditure Due to Defective Estimate :
Govt. approved the entrustment of the work of widening and
strengthening of the existing road to a contractor at a cost of Rs. 7.75 crore
which was 24.1% above the SR rates for 2007-08. The quantity of the
excavation in ordinary soil increased from 14,750 cmt to 28,500 cmt.
The extra amount paid at a higher rate resulting in avoidable extra payment of
39 lakh to the contractor.
Analysis :
The specification prescribed by the ministry of surface transport, Govt. of
India, for preparation of estimates for road works shall be followed by the
institution. In the specification cross section of the road are to be taken at an
interval of 15 meters in plain and rolling terrains to determine accurately the
quantities of road way excavation. Contrary to this the institution has adopted
an adhoc basis for estimation. This estimate was not checked by the drawing
branch. Though there are faulty investigation that the ground level in the
stretches was 1 to 1.5 meters higher than the existing road level estimate was
approved by the higher authorities. This resulted in faulty estimates. The
action of the CE in not following the prescribed specification led to avoidable
extra payment of 40 lakhs. This attracts the provisions of KCS (CCA) Rules
1957 for the act of lack of integrity.
Questions
1. Discuss the preparation of estimates on the basis of standard
specification.
2. Discuss the importance of survey report before preparation of
estimates.
4
Case 4 :
Undue Benefit to a Contractor:
The work of widening and construction of Road in a local body was taken
@ a cost of Rs. 4.00 Crore, based on the schedule of rates (SR) for 2006-07.
Technical sanction was accorded by the CE and short term item rate-tenders
were called by the EE. Only two tenders were received. The commissioner
recommended the lower of the two tenders for approval of the State Govt..
Govt. negotiated and approved the lowest tender at 15% above the estimated
cost based on SR of 2007-08.
Details of quoted rates in respect of some of the items are as detailed. Sl. No. Item of work Estimated
Rate
Estimate
Cost in Crores
Tendered
Rate
TC %
+ or -
1. Construction of wet mix
macadam
1500.00 0.69 2220 1.02 +50
2. Providing & laying dense
bituminous macadam
6400.00 1.18 9462 1.74 +47
3. Providing & laying
bituminous concrete
7000.00 0.80 10600 1.21 +51
4. Providing & constructing
coursed rubble stone
masonry drain
4200.00 1.08 800 0.21 (-)81
Out of 20 items of work entrusted to the contractor as per agreement, the
amount quoted for 19 items worked out to Rs. 5.60 crore which was 41.1%
above the estimated cost based on SR of 2007-08. The amount quoted for the
remaining item i.e “Construction of rubble stone masonry drain was 20.70
lakhs as against the estimated cost of 1.10 Crore which was 81% below the
estimated cost on SR rates.
During inspection the CE cited lack of space on the road side for
stacking materials due to heavy traffic and suggested construction of drain
with reinforced cement concrete (RCC) instead of coursed rubble stone. The
construction of RCC drain was paid for as an extra item at the schedule of
rates for 2008-09, Plus the tender percentage of 14.48 %. The reason given by
EE for change of scope is blockage of traffic due to stacking of materials. This
was not approved by the commissioner. The additional cost on this was Rs. 87
Lakhs.
5
There was no evidence on record as to assessment of heavy traffic. The
approval of the Government was given and the contractor entered in to an
agreement. The CE order for conversion of coursed rubble stone drain to RCC
drain before the contractor entered in to an agreement and also before the
sanction of Government.
Audit observed that there are irregularities in the tendering process
which should have been aborted due to lack of competition coupled with
unjustified change over from stone masonry to RCC for the road drains
resulted in an undue benefit of 90 lakhs to the contractor.
Analysis of the Case
(i) Process of evaluation and negotiation
The contracts are to be awarded to the lowest evaluated technically and
commercially responsive tenderers meeting the prescribed qualification criteria.
The tenders are to be evaluated both for Technical Responsiveness and
Responsiveness of financial bid. While evaluating the financial bid the items
for which the rates are considered very high and are contributing to the
increase are to be identified. In this case all the 19 items except one item of
rubble stone masonry were hiked which was 41% above the estimated cost of
the present year scheduled rates. The option open to the tender accepting
authority in absence of the competitive prices was to reject the tenders, and to
invite fresh tenders. The tenderer has quoted 80% below the SR rates for one
item (2006-07) (for rubble stone masonry) with an intention to bring down over
all percentage considerably low and to get the award after negotiation at the
rate of 15% above the recast (2007-08) estimated rates.
The guidelines for negotiation before award mentions that a substantially
high tender is one where the price quoted by the contractor is above 10% of the
updated (recast) estimate and where price adjustment is provided. In this
instance case this is a substantially high tender. Tenderer has quoted 14.45%
above the Recast estimate. The option open was to reject the tenders and go
for fresh tenders. (Circular dated 3.12.2002).
It was also observed that lack of space on the road side for stacking
materials due to heavy traffic and changing of specification of the drain from
coursed rubble stones to RCC is before the contractor executed the agreement
raising following questions.
6
The inspection of the CE was conducted before signing of the contract i.e before
issue of work order.
1. Govt. accorded approval during June 2008.
2. Contractor executed agreement on July 2008.
3. CE’s inspection to alter the scope of work during June 2008.
Change in the Item of Work
The Suggestion of the CE for variation to a new item of work from
coursed rubble stone drain to RCC drain was enforced by the EE despite the
fact that every variation order authorizing a new item of work was to be
approved by the commissioner (TAA) before execution of work. The reason
given for change of item of work was not tenable as the traffic conditions were
within the knowledge of the contractor before submission of the bid and were
intentionally factored in his quoted rates. Thus the changeover was not need
driven and was directed towards relieving the contractor of the responsibility
of constructing stone masonry drain at this abnormally low rates, thereby
resulted in undue benefit of 90 lakhs to the contractor. This attracts the
provisions of KCS (CCA) Rules 1957 for the act of lack of integrity
Questions
1. What is meant by change in scope of work? Give examples
2. What are the circumstances inevitable for change of scope of work?
Explain the procedure.
3. What should be done to avoid such future occurances?
7
CASE 5 :
Infractious Expenditure
Faulty execution of a drinking water supply scheme rendered the scheme
non functional due to contamination of its source by sewage water.
A drinking water supply scheme to a town with an existing tank as a
source was approved at a cost of 4 crores. A sum of Rs. 5.2 crore was
incurred on the work for completion of all components. The drinking water
supply scheme was not been commissioned as the tank has not been filled
and contaminated by sewage water which resulted in an infractuous
expenditure, by denying of drinking water facility to the intended population.
Analysis :
During initial investigation it was recorded that the tank was not filled
during the last 4 years due to closure of its feeder channels. Even the report
accompanying the estimate was also highlighted this aspect. The minor
irrigation department cleared 10,033 cubic meter of silt from 8 feeder channels
it was also within the knowledge that the sewage water from the town was let
in to the valley and draining in to the tank. Before going for the scheme of
water supply, diversion of sewage from the tank should have been taken up.
The authorities replied to Audit that the sewage entering the tank has
been diverted at one point and there is progress in diversion at the other
points. The entire cost including the water treatment plant/ pump set which
are likely to become dysfunctional if not put to use, had not also been tested
and commissioned.
This case is an instance of impropriety and extra expenditure involving
Rs 5 crores. Authorization of expenditure from public fund is to be guided by
the principles of propriety and efficiency of public expenditure. Authorities
empowered to incur expenditure are expected to enforce the same vigilance as
a man of ordinary prudence would exercise in respect of his own money and
should enforce financial order and strict economy at every step. This is a clear
case of lack of integrity as per KCS(CCA) Rules 1957
Questions
1. What are the reasons for the expenditure to become infractious?
2. Write down the points to avoid infractious expenditure
8
CASE 6 :
Skewed Planning and Faulty estimation
Skewed Planning and Faulty estimation resulted in escalating the cost of
the Reservoir and delaying its completion.
A contract for the work of improvements to a reservoir, a source of
drinking water to the town was awarded to a contractor for 5.7 crores (1.7%)
below the estimated cost, and to complete the project within 9 months. There
is a dispute between two local authorities in sharing of water from the
reservoir. Due to the dispute the contractor could not commence the work;
also the estimate was not prepared on the investigation. The technical
committee which examined the work found that a comprehensive investigation
of the reservoir had not been carried out resulting in faulty estimate. The
dispute was resolved after one year and the contractor expressed his inability
to carry out the work at the quoted rates in view of the delay in
commencement. The board approved higher rates as per the S.R of 2007-08
this resulted in an additional liability of 1.5 crores. Even after resolving
dispute the board took possession of the tank after two years.
There was mismatch between the scope of work as per the tender and
the requirement based on detail investigation. The board approved these
deviations resulted in increase over the tender qualities. After all these
exercises the contract price was raised from 5.7 crores to 14 crores.
Audit observed that the work was awarded without resolving a long
pending dispute over sharing of water and without preparing the estimate
based on investigation, these lapses resulted in long delay in commencement
of work and avoidable payment of 2.2 crores besides depriving the targeted
population from drinking water supply.
Analysis
Dispute existed even before the Board approved the estimate for the
improvement of the reservoir. Also a comprehensive investigation of the
reservoir was not carried out before preparation of the estimate, resulting in
approximation in preparation of the estimate. The board could not take
possession of the reservoir soon after resolving dispute. Major changes in the
scope of work are done after investigation resulted in increase over the tender
quantities and many extra items. All these resulted in delay in execution and
9
escalation of cost to 9.00 crores. Also payment of extra amount of 2 crores
between the tendered rates and the revised higher rates which was avoidable.
Adequate and accurate planning and realistic estimation of various
components of the projects based after proper survey and investigation,
availability of the land/site resolving the disputes if any of the site are the
factors governing successful contract management.
This is a case of impropriety and authorities concerned for non-resolving
the dispute and approving the estimate without the process of investigation
contributed for impropriety. It is clear violation of Codal provisions of KPWD.
Questions
1. What are the components required at the time of project report for
execution of a project?
2. What role does the planning play?
3. What are the methods of supervision as prescribed by KTPP Act,
Karnataka Financial Code or your department?
10
CASE 7 :
Factors to be considered while framing Notice Inviting Tender
A short term tender notification was published as under:
SHORT TERM TENDER NOTIFICATION dt. 9-11-2009
Sealed tenders in duplicate are invited from Class I Licensed Electrical
contractor issued by Government of Karnataka.
(1) Name of the work: The work for strengthening the existing earth mat at
66/11 KV sub-station X, in Y (Tq), Z (Dist.). Approximate cost of estimate
: Rs. 22,72,809/- EMD : Rs. 50,000/- Tender Book cost (including 4%
VAT) Rs. 520/-
(2) Name of the work : The work for providing new earth mat with electrodes
of existing 66/11 S/S A. Approximate cost of estimate : Rs. 25,76,935.-
EMD : Rs.51,540 Tender Book Cost (including 4% VAT): Rs. 520/-
Terms and Conditions
(1) Last date for receiving requisition for tender forms up to 24.11.2009
(2) Issue of blank tender forms from 26.11.2009 to 27.11.2009 up to
12.00 Noon.
(3) Due date and time of receipt of sealed tender 03.12.2009 up to
12.30pm
(4) Date and time of opening the bids 03.12.2009 at 4.00p.m or next
working day.
(5) The bidder should produce experience certificate for having
completed single similar type of work amounting to 80% of the amount
put to tender satisfactory in electrical companies
(6) Average annual turnover for the best of one year out of last three
years of the firm should be at least twice the cost of the amount put to
tender.
(7) Proof of the above documents should be shown at the time of
requisition for blank tenders
(8) Blank tender forms shall not be sent by post.
(9) EMD shall be drawn in favor of the undersigned in the form of DD
payable at State Bank of India, payable at Z only.
(10) Undersigned reserves the right to accept or reject any or all bids
without assigning any reason
11
(11) Any other information in this regard can be had from this office
during working hours.
Note: If the date specified above is declared to be holiday then the next
working day shall be considered.
Sd/-
Tender inviting authority
Audit observation
(A) During audit it was observed that the minimum period as stipulated
in the Act is not provided as per KTPP rules 17(1). Which is against
the provision of KTPP Rules the DDO has replied to the audit enquiry
that proper sanction was obtained to reduce the minimum period
and the objection may be dropped.
Analysis
“Any reduction in the time stipulated under sub rule 17(1) (KTPP Rule) has to
be specifically authorized by an authority superior to Tender Inviting Authority
for reasons to be recorded in writing”.
An order of the authority superior to the tender inviting authority was obtained
in the file by TIA, for the reduction of minimum period, as such the Min period
of 30 days not given and hence it is not against the provisions of KTPP Act.
Questions
1. What is the minimum period prescribed under the Rules?
2. Procedure to be followed to reduce the prescribed minimum period?
(B) The Audit observed that only two days from 26-11-2009 to 27-11-
2009 was provided for issue of tender documents which is against
the spirit of KTPP Act.
Analysis
As per circular PWD140 SO/FC 2003 dated 01-09-2003 the tender
documents should be made available for the entire period provided for the
submission of tenders as per KTPP Rule 17. For this purpose the TIA’s shall
prepare adequate number of copies of the tender documents and issue as per
KTPP Rule 13 from the date of publication of NIT up to the pre declared time on
the working day previous to the day fixed for submission of tenders
12
In the instant case only two days are provided for issue of tender
documents. It is a clear case of violation of the KTPP Act and Rules and
attracts penal provision under Sec. 23 of the said Act.
Questions
1. Explain the procedure for the sale of tender document.
2. What are the penal provisions under the Act?
(C) Audit observed that the date of opening of tenders on 03-12-2009
4pm or next working day mentioned in the notification is not in accordance
with the act, there cannot be any ambiguity for opening date and time of the
tender documents.
Analysis
The Employer will open all the Tenders received (except those received
late), including modifications made pursuant to Clause 14, in the presence of
the Tenderers or their representatives who choose to attend at ........... hours on
the date and the place specified in Clause 12. In the event of the specified date
of Tender opening being declared a holiday for the Employer, the Tenders will
be opened at the appointed time and location on the next working day. The
above instructions shall be followed.
Questions
1. Is it mandatory to mention the time, date and place of opening of
tenders by the TIA? Explain the provisions.
(D) Audit observed that mandating satisfactory completion as a prime
contractor for at least one similar work to an extent of 80% of the
amount put to tender mentioned in the notification is against the
provision of the Act.
Analysis
In the government order FD 4 PCL 2008 dated 14-10-2008 the work
experience fixed up to one crore is 50% of the contract value. In the model
qualification criteria for works and goods the work experience shall be defined,
and it shall not be mentioned as “similar work”.
13
Questions
1. Define work experience of a tender?
2. Discuss the model qualification criteria.
(E) Audit observed that the average annual turn-over for the best of one
year out of last 3 years of the firm should be at least twice the cost put
to tender mentioned in the notification is against the provision of the
Act.
Analysis
In the government order FD 4 PCL 2008 dated 14-10-2008, to qualify for
award of this contract up to one crore the tenderer in the last five years
achieved in at least two financial years a minimum financial turn over the
value of which is not less than the estimated cost.
Questions
1. Discuss the commercial Qualification criteria as in the provisions.
(F) Audit observed that the practice of showing the proof of the
documents at the time of requisition for blank tenders is not required.
Analysis
As per Rule 13 of KTPP Act the tender inviting authority shall ensure
that the tender documents are made available to any person who is willing to
remit the cost of the document. Also Art 14 of the constitution of India provides
for equal opportunity to participate.
Questions
1. What is meant by Qualification criteria?
2. When the Q.C does has to be considered in the process of tender?
(G) Audit observed that prohibition to send Tender documents by post is
against to the provisions of KTPP.
Analysis
As per Rule 13 of KTPP Act the tender inviting authority shall send by
register post or courier the tender documents to any prospective tenderer who
14
makes a request for the documents on payment of cost along with postal
charges at the risk and responsibility of the prospective tenderer.
Question
1.Up to what date the tender documents may be issued to intended
tenderers either by person or by post?
(H) Audit observed that restricting EMD only in the form of DD is not
correct.
Analysis
The EMD shall be submitted at the tenderers option, in the form of DD,
Certified Cheque, pay-order, from a nationalized / schedule bank and specified
small savings instruments as per the provisions.
Questions
1. Whether EMD can be paid in the form of cash?
2. Explain the accounting procedure with regard to receipt and refund
of EMD
(I) The Audit observed that, reserving the Right to accept or Reject
any or all bids without assigning any reasons is bad in law.
Analysis As per Sec 14 of KTPP Act the Authority may at any time before
passing an order of acceptance reject all the tenders on the ground of
• changes in the scope of procurement
• failure of anticipated financial resource
• accidents
• calamities or any other grounds
as may be prescribed which would rendered the procurement unnecessary or
impossible.
Question
1. Explain the circumstance under which the tenders were cancelled/
rejected in your work place. Give example
15
Case 8 :
Procurement of Solar Lights:
The District Planning Committee approved the proposal of providing solar
lighting system to SC/ST colony of a town under backward region Grant fund
scheme. Accordingly it was approved by ZP. The EO prepared Action plan for
supply of 80 sets of solar lighting system with an estimated cost of 50 lakhs.
While according sanction the ZP ordered to invite short term tenders or
purchase through DGS&D.
The Taluk Panchayath directed to invite quotations as the same was
discussed in the Finance and audit standing committee of the TP. The EO
invited quotations. The finance and audit standing committee of the TP resolve
to procure solar lighting systems from the lowest rate quoted supplier from out
of the quotations invited. This was also approved by the ZP Subsequently.
Audit observes that the rates quoted by lowest quoted supplier
(Rs.66000/- per set) was much higher than the rate contract under DGS&D
(Rs. 24209/- per set)
The Director Quality assurance of DGS&D confirmed that the quoted
rates were higher than their rates. Thus failure to follow the prescribed
procurement procedure by the Finance and Audit standing committee of the T
P resulted in avoidable expenditure of 32 lakhs on purchase of solar lighting
system.
Analysis:
The KTPP Act 1999 is implemented from 4th Oct 2000. As per Section 5
of the Act “on and from the date of commencement of this Act no procurement
entity shall procure goods or services except by inviting tenders for supply”.
Under section 4(f) of KTPP Act the goods and services procured under DGS&D
is exempted from the procedure of inviting tenders.
The cost was estimated in this case for 80 sets were Rs 50 Lakhs. As per
KTPP Act if the cost is above 1 Lakh, It is mandatory on the part of the
procurement entity to invite open tenders. But in this case quotations were
invited for a single set and purchased 80 sets, which is contrary to the
provision of the Act and Rules. The notice inviting tender shall contain
description of the material, specification, quantity to be purchased and the
approximate market cost on the basis of the enquiries. In the above case
16
without observing all these formality locally quotations were invited for rate
contract. From the date on which KTPP Act came in to existence entering into
the rate contract for goods and services is prohibited. This attracts the
provisions of KCS (CCA) Rules 1957 for the act of lack of integrity
Questions
1. What are the provisions to invite Quotations and tenders?
2. What is the roll of tender inviting authority in this case?
3.
CASE 9 :
Negligence in collecting securities
A local body has collected EMD, of 1% of estimated cost for the work of
80 lakhs. The time stipulated for the completion of the building work is 10
months. The tender accepting authority waived collection of performance
security deposit (PSD) on the basis of the request of the contractor. The
period of the work is extended for the delay in execution on the part of the
contractor for a period of 6 months. No liquidated damages were levied. After
the completion of the work the bill was fully paid. During the rainy season the
building developed defects resulting additional expenditure of 5 lakhs. This
expenditure was met out of departmental funds and the defects were rectified
during defect liability period.
Audit observed that EMD was collected at 1% instead of 2% of the
estimated cost (up to 1 crore). The PSD was not collected at the time of
entering into agreement. Liquidated damages for the delay caused by the
contractor was also not collected.
Analysis:
1. EMD
Government in their order dated 14.10.2008 prescribed the EMD to be
collected for the contract amount between 20 lakh and 1 crore to be 2% of the
contract amount subject to a minimum of 50,000/-. In the present case EMD
of rupees 1.6 lakh has to be collected instead, Rs. 80,000/- was collected
which was 1% of the estimated cost. Besides, in Rule 24 of the KTPP initial
examination has to be done to determine substantial responsiveness. In the
initial examination, the requisite earnest money deposit as per rule is a factor
that shall be considered. In case, on examination if it is not substantially
17
responsive the tenders shall be rejected. The authority in accepting the tender
with lesser amount of EMD violated the KTPP Act and Rules
Questions
1. What is the percentage of EMD prescribed?
2. What is the minimum validity period of the EMD
3. What are the points to be considered during initial examination of the
tender?
1. Performance Security Deposit (PSD)
The Performance Security Deposit of 5% of the contract price plus
additional security of unbalanced tenders has to be collected within 20 days of
the receipt of the letter of acceptance. In the present case the authority on the
request made by the contractor has waived the performance security deposit.
The PSD will be taken to cover the defects if any during the defect liability
period. The total PSD will be 4 lakhs in this case. The defect liability period
for all the buildings is 12 months. In absence of the PSD the defects
developed during the defect liability period could not be rectified by the
contractor and in this case an expenditure of 5 lakhs made by the dept.
Questions
1. What action to be taken by the authorities when a contractor refuses
to pay the PSD?
2. When the PSD has to be collected and what is the minimum period of
validity?
3. Liquidated Damages. :
If the work is not completed within the period specified and the delay is
attributed by the contractor, liquidated damages has to be collected at 0.1 %
of the total cost of the estimate for the days of delay subject to a maximum of
10% of the cost of the estimate. In this case the liquidated damages were not
levied.
In the above case the executive authority violated the KTPP Act and
Rules thereby extending undue benefit to the contractor besides incurring a
loss to the institution.
During the defect liability period the defects developed and the authority
has to spend an additional expenditure of 5 lakhs. If the PSD of Rs. 4 lakh
18
was collected the expenditure on rectification of defects should have been
charged on that account. The delay in the execution was on the part of the
contractor. Hence Liquidated damages should have been collected.This is a
clear case of lack of integrity. This attracts the provisions of KCS (CCA) Rules.
Questions
1. How to calculate liquidated damages for delayed supply of goods
and delayed execution of work?
CASE 10 :
Non recovery of Securities and statutory deductions in R A bills.
An organization awarded work on construction of Auditorium & Sports
complex at an estimated cost of 7.25 crores. It was awarded to a contractor “X”
and was asked to submit 5% PSD before signing of the contract. The
contractor pleaded inability to submit PSD and requested for a period of 6
months and to issue work order. Subsequently the contractor was issued work
order and the authority ordered to recover PSD in RA bills. The contractor was
given 35 lakhs mobilization advance at an interest rate of 15% as in tender
document The period of contract is 15 months and monthly progress both
financial and physical fixed at 60 lakhs. He has submitted 9th RA and final bill
for Rs 1,85,00,000 after completion of 18 months there by delaying 3 months.
The contract data provides for recovery of liquidated damages at Rs.
72,500/day for delay after the completion of stipulated contract period. The
liquidated damages calculated at 0.1% of the contract price per day subject to
a maximum of 10% of the contract price.
During audit the following observations are made
1. Non collection of PSD is against KTPP Act.
2. The statutory deduction like income tax, VAT, CBF & Interest on
mobilization advance was not recovered in all the RA bills.
Analysis
On the date of Audit, 8 RA bills were paid to the tune of 5.2 crore to the
contractor in all the 8 RA bills neither the PSD nor other statutory deductions
including mobilization advance with interest was not recovered. As per the
agreement clause the recovery of mobilization advance shall commence from
19
2nd running account bill onwards and be recovered at 5 lakhs for every 1 crore
value of bills.
As per the clause 25 of the KW4 standard tender document and Govt.
order dated FD4PCL 2008 Dated 14.10/2008 the performance security shall be
paid by the contractor within 20 days of the receipt of the letter of acceptance
for an amount equivalent to 5% of the contract price in any of the form (Cash,
Bankers cheque, Demand Draft, Pay order & NSC) specified in the standard
tender document. Failure of the successful tenderer to comply in furnishing
the PSD shall constitute sufficient grounds for cancellation of award and
forfeiture of EMD and treating the tender as non responsive.
In the present case awarding the contract without collecting PSD at the
time of contract and to collect the PSD in RA bills is against the provisions of
the KTPP Act. PSD is not recovered even in the RA bills.
The Mobilization Advance of 35 lakhs was paid on an unconditional
Bank Guarantee with an interest rate of 15% and recoverable after first RA bill
at 5 lakhs for every 1 crore progress. The contract DATA also stipulates the
same conditions with recovery of interest. In all the 8 RA bills with a progress
of 5 crore, mobilization advance with interest was not recovered. Non recovery
of PSD and M.A in the above case in all the RA bills (up to a progress of 5
crores) shows undue favor to the contractor. If the contractor discontinued the
work for any reason the authority have no hold on the contractor. If the
security deposits were collected public money will be safeguarded.
Income-Tax on all contract bills shall be recovered by the DDO at 2% of
the total value of the bill and shall be remitted to the IT head of account before
10th of subsequent month. The DDO should have TAN No. and (Tax Deduction
Account Number) the contractor / Firm should have a PAN No. The amount
deducted shall be paid to Income-Tax Dept in favor of the PAN No. of the
contractor.
As per 194 C (2) Any person responsible for paying any sum any resident
in pursuance of the contract with the sub contractor for carrying out or for
the supply of labor for carrying out the whole or any part of the work
undertaken by the contractor or for supplying wholly or partly any labor which
the contractor has undertaken to supply shall at the time of credit of such
sum to the account of the contractor / sub contractor or at the time of
payment thereof as cash or by issue of a cheque or draft or by any other mode
whichever is earlier deduct an amount equal to 1% or 2% of income comprised
there in. As per 194 “C” the Threshold limit of payment in a year is 30,000
20
(Individual 1%, firm 2%). Non deduction of IT in all the 8 RA bills contravenes
the provision of Sec 194 C (2) f IT Act for which DDO is held responsible.
The DDO shall deduct sales tax from the Contractors bill as and when
the amount is paid to the contractor at 13.5% of the total value of the bill paid.
The amount so deducted shall be paid to the sales tax head of Account before
10th of subsequent month and a return has to be submitted by DDO
comprising of all such deductions made by the contractors to the Dept.
The contractor benefit fund at 0.1% has to be deducted by the contractor
and shall be sent to CE C & B Bangalore immediately. The labor cess at 1%
shall be collected as per tender conditions.
The contractor has presented 9th RA and final bills for Rupees 1,85,00,000
The liability are as follows
1. PSD 36,25,000 36,25,000
2. M.A Int. on M.A
35,00,000 7,87,500
35,00,000 7,87,500
3. I.T 12,24,000 12,24,000
4. S.T 5% 30,60,000 30,60,000
5. Liquidated damages 65,25,000 65,25,000
6. C.B.F. 72,500 72,500
7. Labor Cess 7,25,000 7,25,000
6. TOTAL 1,95,19,000 1,85,00,000
Since the liability of the contractor is 1,95,19,000 and his bill is
1,85,00,000 the bill has to be passed for 1,85,00,000. The balance of L.D of
Rs. 10, 19,000 may be recovered from the contractor as arrears. If there are
any damages identified during defect liability period the same may be got
rectified from the PSD. The balance of L.D. may be recovered from the PSD at
the time of refund.
Questions
1. What is the percentage of Income Tax for individual and a firm?
2. When Service Tax has to be deducted?
3. Explain responsibility of the DDO in recovering statutory
deductions.
21
Case 11 : Over Specification
In an organization the technical experts recommended for purchase of
polyvenyl chloride pipes of 197 mm diameter and 2 mm thickness. Tenders
were floated, two tenders were received. One of the tenderer has quoted for
197mm diameter and 3.2 mm thickness pipe and the other has quoted for 197
mm diameter and 3.5 mm thickness pipe. The tender accepting authority
accepted the tender for 197 mm diameter and 3.2 mm thickness pipe. There
by incurring an additional expenditure of 10 lakhs which is 55% above the
estimated cost?
Audit observed that higher specification of goods than the originally
approved is purchased. The officer replied to the audit enquiry that higher
specification materials were purchased to ensure quality and longevity. The
reply was not accepted and audit report pointed out purchase of higher
specification of goods than the technically approved goods is against the
provisions of the KTPP Act which resulted in excess expenditure to the
organization.
Analysis :
The specification of 197 mm diameter and 2 mm thickness of PVC pipe is
approved by the technical committee taking into consideration the volume of
the water to be discharged, including the flow pressure of the water. The
reason given by the officer to purchase higher specification is not justified in
the light of KTPP Act.
The specification is drafted to permit the widest possible competition and
present a clear statement of minimum functional specification of the goods.
This is done with the objectives of economy, efficiency and fairness. But the
organization has purchased the material, where the specification is superfluous
thereby incurring an excess expenditure.
Article 15 of the KFC envisages that the expenditure from public fund is
to be guided by the principles of propriety and efficiency. and expected to
enforce vigilance as a man of ordinary prudence.
Questions
1. How to write specifications incorporating the physical and chemical
properties?
2. Explain canons of financial propriety.
22
Case 12 : Specifications :
A contract was awarded for the strengthening of the road crust on a high-way.
One of the conditions of the contract was that the correction layer in the built
up Spray-gout (BUSG) and the strengthening layer in the BUSG shall be laid
simultaneously so as to avoid the provision of a tack-coat in between.However,
the two layers were not laid simultaneously, and instead a tack coat was
provided. This resulted in an extra expenditure of Rs. 0.24 million on the tack
coat. According to the executing agency, it was necessary as there was heavy
traffic on the road. CAG para 7.6
Analysis: Two questions arise here, whether the traffic conditions had
been assessed earlier while laying down the specifications, and whether the
bids would have been the same if the tack coat was provided in specifications.
Improper or inadequate surveys, resulting in unworkable specifications, are
unlikely to draw reasonable bids. These create grounds for a contractor to ask
for more moneys as it can justifiably state that the ground conditions are
different from the survey reports.
1.Discuss the effect of Survey report in assessing the right specifications.
Case 13 : Higher specifications
Orders were placed on four suppliers for 19km of (HDPE) of higher specification
pipes of 75 mm/10 kg than the prescribed specifications. It resulted in an
extra expenditure of Rs. 0.45 million. The audit report found no reason for the
higher specification.
Analysis: The audit paragraph brings out the inherent need for taking
care while writing specifications, evaluating bids and placing orders. The
specification is drafted to permit the widest possible competition and present a
clear statement of minimum functional specification of the goods. This is done
with the objectives of economy, efficiency and fairness. But the organization
has purchased the material, where the specification is superfluous thereby
incurring an excess expenditure.
Article 15 of the KFC envisages that the expenditure from public fund is
to be guided by the principles of propriety and efficiency. and expected to
enforce vigilance as a man of ordinary prudence.
Questions
1. What are the reasons for adopting over specification in the estimates?
23
Case 14 : Inspections and Tests (Supply of Equipment)
Equipment was accepted after inspection as conforming to specifications
and 95 % cent of the payment was made. After installation, the equipment was
found much below specifications. It took four years to update the equipment to
specifications.
Analysis :
Suppliers may be satisfied with 95 percent payment. It is the buyer who
suffers for its inability to test equipment competently. Large amounts should
not be paid for critical and important equipment without adequate performance
guarantees. The Contractor is primarily responsible to ensure that the goods
are supplied as per Specifications and deliver the goods in sound condition.
The Departmental Officers have to make periodical checks to ensure the quality
of goods. The Government is concerned over the deterioration in the quality of
the goods purchased. To assist the Departmental Officers to ensure quality,
quality control organizations have been set up and in some other projects
funded by International Donor Agencies, Supervision Consultants have been
employed. However for most of the supplies, the Departmental Officers are
responsible for ensuring the quality.
Third Party Inspection of Works and Supplies would ensure adherence to
quality standards, leading to value for money. This will also check corruptive
practices and instill public confidence in the system.
The Quality Supervision Consultant shall inspect the goods and equipment
during manufacture/before dispatch after receipt, assembly and
commissioning as per the terms of the contract and submit reports along with
prescribed checklists duly completed to the Purchaser.
Questions
1. What are all the quality control checks to be exercised to prevent
inferior quality materials?
24
Case 15 : Inspections and Tests (Construction of a bridge)
A contract for the design and construction of a bridge over was awarded to a
firm at Rs. 10.4 million. A satisfactory completion certificate was issued. The
bridge was not opened to traffic as the executing agency discovered major
defects and damages such as cracks and sinking of piers. Disciplinary action
against the erring official was under progress. The bridge was not open even
by the time the audit report was presented.
Analysis:
Disciplinary action against erring officials may no doubt, be taken. However,
Preventive action is more important. This brings up the following questions:
How are the works inspected during execution?
What documentation of inspection and laboratory tests is kept?
How credible is the integrity of the inspection agency?
Somehow, there is a belief that a certificate is all that is required; though it
may not even be worth the paper on which it is written If effective inspection is
not a part of the day-do-day work, the instances of wastage of public moneys
would recur often than they should. After all, inspections are not dependant
on one person alone. There may be failures down the ladder. It is immaterial
that all of it is due to the collusive action of the contractor and the executing
agency, or due to sheer carelessness on the part of the inspecting agencies.
To overcome such instances Government brought the concept of third party
inspection. This is as follows:
(a) The appointment of independent Third Party Inspectors
designated Quality Supervision Consultants would go a long way in assisting
the Departmental Officers to ensure adherence to quality standards in
construction works and procurement of goods and equipment;
(b) Third Party Inspection shall be mandatory in respect of all
works contracts of estimated value more than Rs.2 crore and all goods and
equipment contracts estimated to cost more than Rs.25 lakhs for an item of
goods and equipment;
(c) Reputed Quality Supervision Consultants (either Individual
of Firm) known for integrity and professionalism should be appointed by
following the procedures for procurement of Consultancy services issued vide
25
GO No. PWD 121 SO/FC 2003, Bangalore dated 26/9/2003 with amendments
issued from time to time thereof. The Terms of Reference should be well
defined. Detailed Checklists, to be completed by the Quality Supervision
Consultants, should be prepared (with the assistance of experts if need be) to
ensure that the Consultants perform their obligations satisfactorily;
(d) The employment of the Quality Supervision Consultants
could be either for one or more contracts for works or procurement of goods
and equipment or for procurement made in a term or stipulated period for a
Procurement Entity;
(e) Heads of the Department of the Government Managing
Directors of PSUs Boards/ Societies Local Bodies shall employ the Quality
Supervision Consultants and order payments to them on satisfactory
performance. The expenditure on the employment of the Quality Supervision
Consultants shall be charged to the cost of the works and goods and
equipment under procurement;
(f) The Quality Supervision Consultant shall inspect the
works periodically; submit reports along with the prescribed checklists duly
completed to the Employer for taking action with a copy to the Secretary to the
Government Managing Director of the Corporation/Board/Society/Local body.
Who will be responsible for review of the Action Taken Reports of the Employer;
(g) The Quality Supervision Consultant shall inspect the
goods and equipment during manufacture/before dispatch after receipt,
assembly and commissioning as per the terms of the contract and submit
reports along with prescribed checklists duly completed to the Purchaser with
a copy to the Secretary to the Government/Managing Director of the
Corporation Board Society/Local body who will be responsible for Review of the
Action Taken Reports of the Purchaser;
(h) The employment of the Quality Supervision Consultant
and the inspections conducted by them shall not absolve the primary
responsibility of the Employer to ensure completion of works of sound quality
as per stipulated specifications and of Purchasers for Procurement of goods
and equipment of good quality as per stipulations in the specifications. The
Quality Supervision Consultants are there to assist the Employer/Purchaser in
discharging their primary responsibility.
Questions
1. What are all the quality control checks to be exercised to prevent poor
quality works?
26
Case 16 : Inspections and Tests (Ship Building)
A supplier manufactured a twin screw speed launch and delivered it to a
government department. Before delivery, a surveyor of the Mercantile Marine
Department had inspected it. When in use, the launch was found to have
several defects and deficiencies. One of the defects was that the thickness of
the steel plates used was less than the stipulated one.
Analysis: Ship building requires good inspection at the construction stage
itself. The inspectors should be competent in their profession and keep a
signed, detailed documentation of inspection. The practice of keeping records
of what was checked should be insisted upon. Also third party quality control
measures to be adopted to ensure quality.
Questions
1. What are all the quality control checks to be exercised to prevent
inferior quality materials?
Case 17 : Specification ( Supply of offset printing paper)
A Government organization placed an order on a firm to supply white offset
printing paper, in two installments. Supplies of both the installments were
found unsuitable; but the paper was purchased and used for other purposes.
No sample of the paper to be purchased has been taken from the supplier.
Analysis: It is naive to believe that the general description of paper as offset
printing paper is good enough for purchases. There are standards of weight,
strength, whiteness, and other qualities of paper. Spending some time on
defining specifications in precise terms may avoid mishaps like these.
Questions
1. Write specification of paper used for writing, Xerox?
Case 18 :
Inspection of goods ( Late delivery of goods)
A supplier completed the supply of goods 26 weeks after the agreed date of
delivery. The buyer deducted Rs. 0.74 million for late delivery. The arbitrator
provided substantial relief to the supplier on two grounds.
27
The buyer’s failure to carry out inspection of the goods within seven days of
receiving the notice that the goods were ready for inspection. The buyer took
seven weeks to inspect the goods.
The failure of the buyer to quantify the loss suffered due to delays.
Analysis:
The contract clause for inspection of goods should be realistic. If a buyer has
to send its own employee for inspection, then it must consider the distance
between the place of work of the employer and the supplier. The journey time,
the contingencies of bureaucratic delays if it is large organization, and non
availability of qualified inspection staff at the crucial time, have to be
considered. If the time for inspection is provided on a higher scale, then the
bid price is likely to go up as the bidder’s moneys will be blocked in the
finished goods.
Time is the essence of contract. Commitment to quality and time by both
is the key to success of the contract.
Questions
1. What are the criteria to be considered while framing conditions of
contract for inspection of goods?
2. How to calculate liquidated damages for delayed supply of goods
28
CASE 19 :
Quality control
Out of 52 blood storage refrigerators (Cabinets), 40 proved defective as
these were not able to maintain the required temperatures for blood storage.
The supplier stated that it would repair the cabinets if these were brought to
any of the three designated places. Further, it is asked for service charges for
the cabinets already repaired or to be repaired. The cost of defective cabinets
was Rs. 0.75 million.
Analysis : This case highlights the need for quality checks and assurance before selecting a product. 40 out of 53 items being defective casts a long shadow on the reliability of procurement methods and the quality assurance programme set up by the supplier.
The Purchaser or its representative shall have the right to inspect and/or to test the Goods to confirm their conformity to the Contract specifications at no extra cost to the Purchaser. The Technical Specifications shall specify what inspections and tests the Purchaser requires and where they are to be conducted. The Purchaser shall notify the Supplier in writing in a timely manner of the identity of any representatives retained for these purposes.
If any inspected or tested Goods fail to conform to the specifications, the
Purchaser may reject the goods and the Supplier shall either replace the
rejected Goods or make alterations necessary to meet specification
requirements free of cost to the Purchaser.
The following warranty clause shall be included in the conditions of
contract
The Supplier warrants that the Goods supplied under this Contract are new, unused, of the most recent or current models and that they incorporate all recent improvements in design and materials unless provided otherwise in the Contract. The Supplier further warrants that all Goods supplied under this Contract shall have no defect arising from design, materials or workmanship or from any act or omission of the supplier, that may develop under normal use of the supplied Goods in the conditions prevailing in the State. This warranty shall remain valid for 12months after the Goods or any portion thereof as the case may be, have been delivered to and accepted at the final destination indicated in the Contract.
Questions
1. How does a buyer ensure that a product is up to the specifications in
critical areas like blood preservation?
29
Case 20 :
Short Term Tender
The work of construction of a canal for supply of drinking water to a
town was entrusted to a contractor “X”. The progress of the work was not as
per schedule and the contract was terminated.
The Department due to the exigency of supplying drinking water to the
population floats short term tender estimating 30 lakhs for the balance of
work. The minimum time specified for submission of tender was 15 days. 3
Bids were received ( A,B,C). The lowest bidder “C” was awarded the contract.
The bidder “B” filed a writ petition in the High Court. The reason for
filing writ petition was that the minimum period of 30 days for submission of
tender was not given and the reduction of minimum period should have been
done by the Tender accepting authority (M D), where as in this case SE has
accorded sanction for reduction of minimum period for submission of tender.
The award of Honorable Court is as follows “ Karnataka Transparency in
Public Procurement Act 1999 Sec 6 & 23; KTPP Rules 2000, Rule 17(1) and (2)
submission of tenders – Authority competent to authorize reduction in time
stipulated for where tenders were invited by EE, Reduction in time authorized
by SE, who is authority superior to EE is competent and reason given for such
reduction in time i.e expedition completion of irrigation canal to provide much
needed water supply to farmers is valid. Tender notification issued stipulating
reduced time for submission of tenders cannot therefore be said to be violated
by any error or irregularity” (Karnataka Law Journal 2008 (6))
Questions
1. Discuss the procedure for reduction of the minimum period for
submission of tender.
30
Case 21:
Validity of the Tenders During extended period.
Tenders were invited for the construction of barrages across a river at various
places. 17 bids were received. The tenders were opened on 8.11.2001. The
tender validity period was up to 7.2.2002 (90 days). The evaluation was not
done before 7.2.2002, Hence the validity period was extended up to 7.4.2002.
This extension was not accepted by the lowest bidder. After the completion of
extended period, it was further extended up to 7.6.2002. Now all the 17
bidders accepted for this extension of tender. Tenders were cancelled on
13.5.2002 (under rule of 22(3) of KTPP Rules) and a decision was taken to
invite fresh tenders and communicated.
The lowest bidder filed a writ petition questioning the authorities’ decision in
canceling the bids during the second extended validity period the Honorable
court opined.
“-------Now the question arises for consideration is weather the TAA had the
power to extend the validity of Tender beyond 7.4.2002. In other words,
weather the TAA had the power to grant the second extension.
Karnataka Transparency is Public Procurement Rule 22 (1) (2) (3) reads as
under
Time taken for evaluation and extension of tender validity: - 22 (1) the
evaluation of tenders and award of contract shall be completed, as for as
possible, within the period for which the tenders are held valid.
(2) The Tender Accepting Authority shall seek extension of the
validity of tenders from the tenderers for the completion of evaluation, if it is
not completed within the validity period of tender.
(3) In case the evaluation of tenders and award of contract is
not completed within extended period, all the tenders shall be deemed to have
become invalid and fresh tenders may be called for.
Completion of evaluation of Tenders within the period stipulated is the rule and
only in exceptional cases, the period of evaluation may be extended under Rule
22(2). Therefore when this power is to be exercised as an exception, the said
provision has to be construed strictly. Sub rule (3) of rule 22 categorically
provides that even if the evaluation of the tender is not made within the
extended period then no option is given to the TAA and the legislature has
31
made his intention clear by using the words that all the tenders shall be
deemed to have become invalid and fresh tenders have to be called for,
therefore once the TAA does not evaluate tenders within the stipulated period
or within the extended period then that tender becomes invalid and no
discretion is given to the said authority except to call for fresh tenders.
Therefore the writ petition does not find any merit and are rejected”
2003(6) Karnataka Law journal KLJ 243 : 11.3.2003.
Questions
1. What is the minimum validity period of a tender?
2. Whether the minimum validity period can be extended? To what extent?
Under what circumstances?
3. Whether the consent by all the bidders required?
2003(6) Karnataka Law journal KLJ 243 : 11.3.2003.
32
Case 22: Minimum time for submission of Tender
Tenders were invited for supply of food materials to different hospitals. The
date of notification was 17.2.2005 and the date of submission was 15.3.2005.
A writ petition was filed on the ground that the notification is contrary to Rule
17 of KTPP Rules 2000. According to the petition the minimum period of 30
days was not provided in the notification and hence requested to quash the
notification
Honorable Court opined:
“As per Rule 17 of the KTPP Rule 2000 which reads hereunder
Minimum time for submission of tenders : (1) Tender Inviting Authority shall
ensure that adequate time is provided for the submission of tenders and
minimum time is allowed between date of publication of the Notice Inviting
Tenders in the relevant Bulletin and the last date for submission of tenders.
This minimum period shall be as follows.
(a) For tender up to rupees two crores in value, thirty days, and
(b) For tenders in excess of rupees two crores in value sixty days.
17(2) any reduction in the time stipulated under sub-rule (1) has to be
specifically authorized by an authority superior to the Tender Inviting
Authority for reasons to be recorded in writing.
From a reading of the above provision, it is clear that the time stipulated under
sub-rule (1) can be reduced by an authority superior to the tender inviting
authority for the reasons to be recorded in writing. Even if the officials of the
respondents were deputed on election duty even if the notification is not in
accordance with sub-rule (1)(a) of Rule 17, still the 4th respondent or 3rd
respondent could have obtained permission from the superior authority to
publish the notification even before completion of 30 days time. The
respondents have not explained the reasons for having not obtained such
permission from the superior authorities. Even though the law provides for
such an act, when the respondents have acted contrary to the Rule 17(2) of
the Rules 2000, this Court has to quash Annexure-A issued by the 4th
respondent contrary to sub-rule(1)(a) of the Rules. When such being the case,
this Court cannot permit the respondents to proceed with the finalization of the
tender, when the respondents have committed an error on the face of the
record.
33
In the result, the writ petition is allowed. Annexure –A, dated 17-2-2005
issued by the 4th respondent is hereby quashed. It is open for the 4th
respondent to issue fresh notification for remaining period and to finalize the
tender process in accordance with law.
2005 (1), KLJ 287 Dated 13.10.2004
Questions
1. Who is competent to reduce the Min time for submission of
Tenders
2. What is the procedure to be adopted in reducing the minimum
period?
34
Case 23:
“Authorization to Reduce Minimum time for Tender Submission”
Tenders were invited for supply of food articles for hostels run by the Govt.
Department. The said notification could not be finalized since none of the
bidders were qualified. A second notification was issued giving 5 days time for
submission of tenders. The competent authority has directed the TIA to issue
the said second Tender notification. This is issued having regard to the
urgency in the matter for supply of food articles to the Hostels.
The petitioner in his writ petition prayed to quash the tender notification as it
is contrary to the mandatory provisions of KTPP Act & Rules, which stipulates
that a minimum of 30 days or more should be given for submission of tender.
The Honorable Court opined:
“ ………The said notification is the compliance of Rule 17(2) of the Karnataka
Transparency in Public Procurements Rules, 2000, under which it is crystal
clear that, any reduction in time stipulated under sub-rule (1) has to be
specifically authorized by an authority superior to the tender inviting
authority for reasons to be recorded in writing. It is seen that the earlier tender
notification has been cancelled for reasons that are recorded and thereafter the
competent authority has directed the second respondent to issue the impugned
tender notification. The said notification is issued having regard to the urgency
in the matter for supply of food articles, fruits, vegetables to the hostels in the
District by taking necessary authorization. Hence in view of urgency in the
matter that, the academic year of the primary schools had already commenced,
the second respondent by taking authorization/ permission from the first
respondent, has issued the impugned tender notification. The said decision is
in accordance with law and does not call for interference. Hence, I do not find
any error much less irregularity in issuing the impugned tender notification.
Hence, interference by this Court, at this stage, is not justifiable in view of the
reasons assigned as per the original records made available by the learned
Government Pleader.
For the above reasons, the writ petition filed by petitioner is dismissed as
devoid of merits. 2006 (6) KLJ 248) 5-6-2006
Questions
1. Whether permission of the competent authority is required in this case
while issuing second notification – discuss.
35
Case 24 :
Extension of the period of Contract
An Organization has floated tender for supply of examination answer
scripts and other printed materials for 2009-10. The estimated cost of the
Tender was 60 lakhs. The condition of evaluation of tender is item wise
evaluation of the materials. There are 15 items of the material 10 items were
awarded to contractor “X” and 5 items were awarded to contractor “Y”. The
contractors have supplied the material within the contract period and the bills
were paid accordingly.
During 2010-11, the authorities of the organization has extended the
supply of materials to contractor “x” and “Y” as in 2009-10. The estimate of
the supply for the extended contract is Rs 65 Lakhs.
Audit observed that Fresh Tenders are not floated during 2010-11,.
Whereas the authorities extended the contract of 2009-10. This is against the
provision of KTPP Act.
Analysis :
While inviting tender for goods and services the supplies can be
scheduled and accordingly tender has to be quoted. The bidder will have to
quote for all the items in the schedules but it is not compulsory to quote for all
the schedules. Evaluation may be done taking each schedule as a separate
supply but inviting tenders for evaluation of individual items is not allowed
under KTPP Act.
(GO No. PWD 1359 SO/FC/2001 (P-2) Dated 25.10.2002).
As per Rule 12 (5) of KTPP Rule 2000 the Tender Document shall
indicate the quantity proposed to be procured in the tender, and the tender
accepting authority shall ordinarily permitted to vary the quantity finally
ordered only to the extent of 25% either way of the requirement indicated in the
tender document. In the present case the authority instead of extending the
contract up to 25% of supply of 2009-10, extended the supply for 100% to the
whole year of 2010-11 which is against the rules.
36
The authorities, which give compliance to Audit report highlighted the urgency
and importance of timely conduct of examination. This compliance cannot be
justified as the G.O (PWD 1359 SO/FC/2001 (P-2) Dated 25.10.2002) of
procurement planning indicates that proper planning is required at the
beginning of the year for procurement of the materials for the whole year.
Questions
1. Define responsiveness of the tenderer.
2. Define scheduling of items.
Case 25 :
Outsourcing of Hostel Cooks: (Proper execution of Contract conditions)
A district level office invited tenders for supply of 20 cooks for the Hostel for
a period of One year. The minimum wages for a cook as per minimum wages
Act is Rs. 170/- per day. The following are the terms and conditions of tender.
1. The contractor shall posses’ license from Labour Department.
2. Registration in provident fund department.
3. The contractor shall posses PAN Number, VAT Number and be assessed
to service tax with service tax number.
4. The contractor shall registered in ESI
5. The contractor shall maintain Daily wage register for disbursement of
wages.
6. The employer contribution of PF will be paid by the office and the
employee portion shall be deducted from the salary of the cooks by the
contractor and both contributions shall be remitted to PF account.
7. The service tax will be paid as per the provisions of the Act. And Income
tax will be deducted as per rule.
Three bids were received, ‘A; has quoted 5%, as service charges ‘B’ has
quoted 4%, as service charges and “C” has not quoted service charges. ‘C’ has
claimed that he will do the service without any profit. Since “C” being the
lowest the contract was awarded to “C”.
A complaint was received from the cooks that the P.F is not credited to the
Account, the ESI was not paid and cards were not issued to them. The wages
are not being disbursed as per minimum wages Act.
The Head of the organization issued notice to contractor for breach of
contract condition and to rectify it immediately.
37
After 8 months from the date of award of contract a notice was received from
the office of P.F for having not paid P.F contribution. After verification it was
found that the employee’s contribution was not paid to the PF department
which is a gross negligence on the part of contractor and also on the part of
DDO as a principal employer for having not confirmed the credit of PF.
By the time the dispute aggravates the period of contract was completed.
Meanwhile PF authorities issued a notice to the DDO who is the principle
employer to pay PF contribution, interest and penalty. On verification of the
contract document, it was noticed that the contractor does not possess P.F
registration. The authority were fined and paid contribution, penalty and
interest for delayed payment. Similarly cases were also booked by ESI, Labor
department on the principle employer for having not disbursed minimum
wages and not credited ESI contribution.
The authorities paid P.F contribution Rs.302640 Interest Rs.30260 and
penalty Rs. 25000 also ESI contribution of Rs. 79920 and Service Tax of Rs
177840 was paid aggregating to Rs. 6, 15,660 out of Government grant.
During audit it was observed that the amount paid out of government
funds to the PF, ESI and service tax authorities by the DDO (principal
employer) shall be recovered as it has already been drawn and paid to the
contractor. The DDO should have confirmed payment of PF, ESI and service
tax regularly.
Analysis of the Case:
• During evaluation the T.A.A should have confirmed the Registration with
the PF Authority and ESI also with PAN card & service tax Registration
Certificate after verifying originals, obtaining a copy including the
validity along with labor registration.
The following conditions shall be insisted in tender document.
• The minimum wages of the employees after deducting PF & ESI has to be
adjusted to the employees in to their bank accounts by the contractor.
• The wages has to be paid before 7th of every month and then a bill has to
be presented to the DDO along with previous months P.F, ESI and
service tax challans.
• As per the provisions of Income Tax Act 2% of Income tax has to be
deducted in the bill. If the contractor has not quoted for his services
charges then an amount equal to 2% of the gross amount for the whole
38
year has to be collected as income tax amount in advance to be payable
after each payment from the successful bidder.
• He should obtain ESI card and disburse to the entire employee (cooks)
within one month from the date of award of contract.
Minimum Wages for a Cook Rs. 170 x 30 Days 5100
P.F 12 + 1.6% 649
ESI 4.75% 243
Total 5992
Service Charges of Contractor 5% 0
TOTAL 5992
Service Tax @ 12.36% 741
TOTAL 6733
Deduct 2% I.T 135 *
Amount to be paid by the Principle employer after deducting I.T to the contractor.
6733
Actual amount to be adjusted to the bank account of the employees by the contractor
(-) PF 12% 612 (-) ESI 1.75% 90
5100 702
Net Payable to the employee through Bank Account 4398
*the total amount of Income tax Rs. 1620 (135X12) for the whole year for one
employee shall be collected in advance
Out of the total amount of Rs. 6733 the contractor has to pay as detailed
below:-
Sl. No. Details Amount Employer / Employee Contribution
1. To the employee 4398
2. Provident fund 1261 Employer contribution 649 Employee contribution 612
3. ESI 333 Employer contribution 243 Employee contribution 90
4. Service Tax 741
TOTAL 6733
The head of the department instructed the DDO to forfeit the PSD
amount of Rs. 1, 00.000 from the contractor accordingly it was forfeited. As per
law a departmental enquiry was initiated on the DDO for the act of negligence
and to recover pecuniary loss caused to government.
39
Questions
1. While framing the conditions of contract in case of services what
are all the safe guards to be adopted in the following:
A) PF
B) ESI
C) Service tax
D) Income tax
2. Discuss about the rate, mode of payment and proof of payment
Case 26: Tender Accepting Authority & Tender Scrutiny Committee
Tenders were invited for selection of Net work proposal. The project was
proposed on BOOT basis. The successful bidder was required to build the
project, operate it for 5 years and transfer it to the Govt. The bids were placed
before the existing multi-member committee which is comprised of 10 members
of the board.
The tender scrutiny committee announced that on the basis of the RFP all
the 8 bidders are qualified. The bidders are required to perform demonstration
tests and present before the committee of their proposed techniques and
strategies for the implementation of the project. After presentation, the TSC
has announced that one bidder has failed in the technical evaluation process.
The bidder who was not qualified filed a writ petition questioning appointment
of the TSC and the TAA. The court opined
Under the scheme of things, as envisaged under the KTPP Act, Section
9 provides that the “procurement entity” may appoint a Tender Inviting
Authority and a Tender Accepting Authority. The said section also provides
that where a Multi member Committee is already appointed for any
procurement entity for discharging the function of accepting the tenders, such
committee shall be deemed to be a Tender Accepting Authority under this Act.
Hence, the terms of reference given to the above committee would fit the
description of a Multi member Committee appointed in terms of the said
provision. The supervision of the implementation of the project has been
conferred on the Network Steering Committee and the said Committee having
been conferred with the power to finalize the acceptance of the tender and to
40
recommend the final bidder, is deemed to be a Tender Accepting Authority for
purposes of the Act. The argument canvassed as regards there being an
ambiguity in the appointment of a Tender Accepting Authority and the Tender
Scrutiny Committee, in that the latter being recommended for appointment,
even before the appointment of a Tender Accepting Authority, being an
inconsistency is therefore not tenable. The NSC at its meeting on 21.5.2007 as
per Annexure R7 having named the members of the Tender Scrutiny
Committee and the observation that the Steering Committee “would be
appointed” as the Tender Accepting Authority, does not result in any
incongruity, in the light of the proviso to Section 9 where it is deemed that the
NSC is in fact, the Tender Accepting Authority. The formality of naming the
said Committee as the Tender Accepting Authority has been completed by the
order dated 28-5-2007, insofar as the Tender Scrutiny Committee is
concerned, cannot be said to be irregular or illegal. Hence, no infirmity can be
found in the appointment of the authorities contemplated under the KTPP Act,
namely the Tender Inviting Authority, the Tender Accepting Authority and the
Tender Scrutiny Committee.
(a) In the above case the TSC set up a sub-committee of experts to help
/ assist technical evaluation of bids. This act of the TSC was also
questioned by the petitioner.
The court held having regard to the magnitude of the
project and the apparent complexities in its technical detail,
requiring the State Government to prepare over several years, even
in inviting the tenders with the assistance of the Technical experts
from within and outside the state. The further circumstance that in
proceeding to make a technical evaluation of the bids, the Tender
Scrutiny Committee having found that it would require the
assistance of other experts in assessing the technical aspects and
having taken an informed decision to appoint such a Technical sub
committee consisting of a Chairman, who was already a member of
the Tender Scrutiny Committee and two other individuals from
prestigious institutions with apparent specialized knowledge in the
area, is a matter of record. The terms and conditions of such an
exigency cannot be said to result in an unfair practice or an illegality
which has caused prejudice to any tenderer and the complexity of
the technical details furnished by each such tenderer is sought to be
assessed closely and with the help of experts. This cannot be
41
characterized as resulting in an irregularity which vitiates the tender
process insofar as the technical evaluation of the bid is concerned.
Even if the total of 11 marks which were assigned for that part of
the technical evaluation component, which was made by the
Technical Sub –Committee and in which, the petitioner was awarded
only 4 marks is to be ignored and if the petitioner is in fact awarded
all the 11 marks which the petitioner could have possibly gained if it
is to be accepted that the Technical Sub-Committee was biased in
awarding only 4 marks to the petitioner, the petitioner would yet not
achieve the total marks of 70 which was prescribed to qualify for the
opinion of the commercial bid. The appointment of a Technical Sub-
Committee in the discretion of the Tender Scrutiny Committee, it
cannot be said that it was a whimsical or mala fide action to
discredit or disqualify any tenderer including the petitioner. There
are no allegations of mala fides or bias as regards the Technical sub-
Committee. It is the very appointment that is sought to be
questioned and going by the facts and circumstances and the
informed decision of the Tender Scrutiny Committee as to the need
for the assistance of such a Committee, the exercise cannot be
faulted and the tender process cannot be said to be vitiated on
account of this.
(b) In the above case the petitioner questioned the legality of
appointment of TAA & TSC. The court held the petitioner having
participated in the tender process cannot feign ignorance of the
Constitution and appointment of the authorities or the Committees
referred to hereinabove. The petitioner seeking to question the
modalities after the petitioner was disqualified on an evaluation of
its technical bid, would certainly disentitle the petitioner from
seeking to question the propriety or otherwise or even the
appointment or Constitution of propriety or otherwise or even the
appointment or Constitution of the said committees. In the above
background it cannot be said that the disqualification of the
petitioner on an examination of the sequence of events, leading up
to the evaluation of its technical bid is arbitrary and hence the
rejection of the petitioner’s bid is arbitrary and hence, the rejection
of the petitioner’s bid cannot be said to be vitiated.
42
(c) In the above case the scope of judicial scrutiny was also observed by
the Honorable court as under.
The Courts ought to interfere only when it is possible to arrive at
a conclusion in a case such as this that there is an overwhelming
public interest in entertaining the petition and that is not “every
wandering from the precise path of best practice that lends fuel to a
claim for judicial review”, the same to be noticed that the very
provisions of the Act are wanting in precision and cohesion. It is
necessary that the entire Act and Rules be reviewed by the
Legislature in seeking to implement the objects sought to be
achieved by the Act. Hence, the inconsistency, if any in the
respondents adhering to the procedural rules may even be
attributed to the poor manner in which the provisions of the Act are
drafted and the fact that the project concerned in the case on hand
was an unusual project involving several expert bodies and
Committees and the strict adherence to the letter of the Act found
wanting cannot by itself, in the absence of other serious infirmity
which, as already stated does not involve overwhelming public
interest or unlawful policy, would warrant the interference of this
Court.
2008(5) KLJ 521 Dated 4th Feb 2008
Questions:
1. Define TIA and TAA
2. Discuss constitution of TSC
3. TSC has appointed a sub-committee to assist evaluation of technical bid.
Discuss
43
CASE 27 :
Functions of Tender Scrutiny Committee
Tenders were invited by a power corporation for transportation of coal for
a period of 3 years. 3 bidders applied for the tender under 2 cover systems.
The first cover contains technical bid and the second price bid. The tender
scrutinize committee after scrutinizing the technical bids of all the three
tenderers reported as under.
“Based on the documents furnished by the bidders the TSC has examined with
reference to prequalification conditions and other terms and conditions for
evaluating their eligibility for being qualified.”
After evaluation report of TSC the same was placed before the technical
committee of board of Directors of the corporation. The committee on
examination found that the bidder “X” does not meet the prequalification on
requirements and accordingly disqualified the bids of “X”. The finance bid of
the other two bidders opened and the contract awarded to the lowest bidder.
Aggrieved “X” filed a writ petition in the court of law on two grounds.
(A) The petitioner submits that the TSC is a statutory committee in terms of
Sec. 20 of the Act Read with Rule 10 of the KTPP Rules. There is no
statutory recognition to the so called technical committee that can
overrule the view of the TSC.
The Court opined
“……once the TSC accepts tenderers as eligible it has no choice but to
open cover containing price bid and to send report. There was no reason
as to why the matter should have gone before the TAA whether it be
called as technical committee of the board or otherwise, Assuming that
Technical Committee of the board is the TAA, the entire procedure
adopted by the board is totally flawed even a perusal of the record does
not inspire that confidence of the court that the matter had gone on the
methodical manner. In the circumstances eliminating the petitioner at
that stage amounts to denial of equal opportunity to the petitioner and
directed the corporation to re-notify and call for fresh tenders”
(B) The prequalification criteria prescribed shall be in accordance with Rule
28 of KTPP Act. The court opined.
44
“….Prequalification requisite should be in such manner that it can be
understood easily free from ambiguities and are free from providing
scope for such disputes or confusion or Ambiguity so that the awarding
of the contract can be possessive in a proper methodical manner without
giving room for unnecessary avoidable disputes.”
2006 (6) KLT 394 wt 6.9.2006.
Questions:
1. Discuss the Role and responsibility of TSC & TAA.
Case 28 :
Fraudulent payment on de-silting works executed by a corporation
The Commissioner of a corporation issued a circular to take up emergency
works before the monsoon season and de silting of road side drains, clearance
of debris on the road side so that no flood havocs should take place during the
next monsoon period. To take up these works, Commissioner ordered to draw
the money on A.C Bills at Rs. 1.00 lakh per Ward and use this amount to meet
the emergent nature of works and also ordered that on exhausting the 1.00
lakh rupees, further amount may be drawn from the Concerned Asst.
Controller (Finance). But the Engineering department staff drawn the amounts
on D.C.Bills.to a tune of 5.oo crore
On verification of the vouchers pertaining to above works executed in
various divisions, it was observed in audit that instead of following the above
procedure, D.C bills have been prepared, and letter head bills of the
contractor have been attached for having hired Earth excavators (JCB) and
Tractors on daily rental basis. In some cases, though the estimate is prepared,
no quantification of the work has been done and no measurement is recorded.
This is a clear case of mis-utilization of a circular issued in good faith to
mitigate the hardship faced by public in monsoon. The circular was also in
violation of the time tested procedures laid down in KPWD and KPWA codes.
Analysis
The emergent natures of works enlisted and ordered to be executed by
the Commissioner to combat the floods are all of Civil Nature. Civil Nature of
works (Public Works) are to be executed as per the procedure prescribed in
45
KPW Departmental code and payment are to be made as per the procedure
prescribed in KPW Accounts Code. All Public works are to be executed after
preparing a realistic estimate, obtaining necessary administrative and
Technical Sanction. The procedure of entrustment of civil works is either by
piece work or after calling for tender depending on the estimated cost. The
work executed should be measured as per the instruction issued in appendix 3
of KPWD code volume II and the bills are to be prepared in the form prescribed
in Para 212 of KPW Accounts code. The works should be check measured by
Asst. Executive Engineer and Executive Engineer to the extent of 100% and 25
% respectively. This is a clear case of violating the orders. It attracts the
provisions of KCA (CCA) Rules 1957 for the act of lack of integrity in violating
MCE, KPWA & D codes
Questions
1. What are the conditions laid down in MCE to draw money on AC bills?
2. What are the conditions to draw money on D.C. bills?
3. Role of drawing and disbursing officers in drawing money on contingent
bills?
46
CASE 29 :
Fishing rights of a tank
Fishing Rights of a tank of 1162 Hectare were granted for a period of 5 years
to a contractor without issuing a public notification and by following
established procedure of tender / Auction after giving wide publicity. The
same was questioned. It was held By the Hon. Single Judge that
transparency was not followed. Government appealed to the Hon. Bench on
the ground for giving lease in favor of the appellant is that there was no
other rival claim.
The court held that it is settled law that the need to maintain the
transparency in grant of public contracts is mandate. Maintenance of
transparency and compliance of Article 14 of the Constitution would inter
alia be ensured by holding public auction upon issuance of advertisement in
the well known news papers. Therefore, the state or its instrumentalities
should not give contracts by private negotiation but by open public
auction/tender after wide publicity. The law is therefore, clear that
ordinarily all contracts by the Government or by an instrumentality of the
State should be granted only by public auction or by inviting tenders, after
advertising the same in well known newspapers having wide circulation, so
that all eligible persons will have opportunity to participate in the bid, and
there is total transparency and the same is an essential requirement in
democracy. The order of the learned Single Judge is fully justified even from
equity point of view. Hence, finding no merit, we dismiss the writ appeal.
Questions:
1. Discuss the procedure to be followed in public auction by the DDO.
2009 (3) KLJ 107 (DB) 3-10-2008
47
CASE 30 :
Purchase of spot billing machine (Type of procurement not mentioned)
Tenders were invited by an electrical company for the supply of spot
billing machines. The electrical company shall give required software for the
spot billing machines. Along with SBM the supplier share the required
stationary for the SBM and also computers, printers, Bar code scanners and
also required UPS. The condition for Qualification is as follows.
1. The suppliers shall be in the “business of providing similar service” for
the last 3 years in any electrical supply company in India.
2. The total turnover per year shall be 5 crores.
The contract was awarded to Mr. “x” who has an experience of only one year in
supplying SBM. 3 years back he has also supplied Data base software for the
company.
Mr. “Y” the other bidder preferred a statutory appeal against the order
passed by the TAA. The appellate authority after considering the contention of
“Y” Dismissed the appeal since there is no specific definition in the tender
document on what constitute “business of providing similar nature of service”.
Mr. “Y” preferred a writ , The court observed that for the supply of afore said
goods the qualification prescribed for the bidder is “business of providing
similar service” instead it should have been supply of goods. (Spot billing
machine) therefore the contract was not at all contract of supply of goods. The
word similar service is referable to the goods to be supplied under the
requirement for a period of 3 years. In fact in the context the word similar is
not only inappropriate but also misleading.
The second condition on which the contract was awarded is for maintenance of
hardware & software which were supplied by the contractor. The decision of
the P.E that the contractor do posses 3 years experience in supplying SBM to
the company for a period of 3 years is ex-facie illegal and contrary to the
material on record. Therefore the award of contract to the contract “X” is
illegal and liable to be quashed. 2009 (6) KLJ 509 23.7.2008
Questions:
1.Define “Specification”, Define Qualification Criteria & Give examples
48
CASE 31 : Single source
Bill Net Software for the electrical software company was developed and
maintained on an experimental basis by “Y” company and was demonstrated
before the company’s Board Members. The Board decided to implement the
billing software to have a uniform billing system across the company. To
examine the provisions of KTPP Act for utilizing Bill Net Software and also to
treat “Y” company as a single source and to award contract a committee was
constituted with the following members.
1. Joint Secretary of the Department
2. Director of the Company
3. C.E. of the Company
4. General manager of the Company
The committee in its meeting resolved that the members of the committee are
not experts in the software domain and the matter was referred to Prof. “X”
Director of IIT.
Prof. “X” opined that the software is best to upgrade the current version of
Oracle. It is best for transmission to other operating system and for portability
on the basis of the above opinion the contract was awarded to Mr. “Y”.
The aggrieved bidder “A” preferred a writ petition. The court held that
“As per Section 4 (b) of KTPP Act.
To identify single source for purchase of goods and services a three member
expert committee has to be constituted,
1. One technical representative of the Procurement Entity
2. One technical representative of the Government organization dealing
with similar procurement.
3. One representative from a reputed Academic or Research institution or
Non Commercial Institution having expertise in such line to examine and
declare that the goods or services are available from a single source.
The committee constituted was not of experts. They were unable to take
decisions. The said committee committed an error in referring the matter to a
professor, an expert in the field for which they had no power in the Act. The
Procurement Entity should constitute a three member expert committee as
above to consider whether tenderer is the only person who has got exclusive
control of the said service. This has not been done. He has not certified that
49
the tenderer is the only source from which this service could be procured. The
recommendation made by him is very general in nature. It does not satisfy the
requirement contemplated under provision to sub-section (b) of Section 4.
Therefore, the electricity company committed a serious illegality in awarding
the contract to the contractor “Y”. Tenders awarded were quashed.
2009 (6) KLJ 509 23.7.2008
Questions:
1. Discuss the Constitution of the committee and its function in single source
procurement.
Case 32 :
Fraudulent claim of M/R bills
A Taluka level officer with a cadre strength of 30 officials claimed M.R
bills for all its employees and their dependents up to a tune of 60 lakhs in a
financial year 2009-10. The Gazetted manager in the District level office is the
countersignature authority for M/R bills. The following observations were
made by Audit.
1. The Medical attendant has diagnosed the disease as “Lower Respiratory
Infection” in all the M/R bills and prescribed same 2 medicines for all the
employees and their dependents.
2. The vouchers presented to audit to a tune of 60 lakhs are found to be
fictious as the medical shops does not exist.
3. No records were maintained in the countersigning office for the receipt
countersignature, dispatch of M/R bills.
4. It was observed that these M/R bills were presented only when the
regular Gazetted Manager was on leave and got countersigned by the in
charge G.M
5. Three employees of District level office and Taluka level office were placed
under suspension and a Departmental enquiry is in progress.
50
Analysis:
The Drawing officer who signs the M/R bills shall exercise the same
vigilance as a man of ordinary prudence, spending his own money. The DDO is
further responsible for seeing that whether the rules regarding preparation of
bills are followed.
The countersigning officers shall satisfy the necessity of the claim and
proper voucher. In the instant case all the employees in all the M/R bills
claimed the same medicine for the same diseases and the countersigning
officer has not observed this, which leads to negligence.
The Drawing officer or the countersigning officer at no point of time
refer the matter to medical board to verify the authenticity of the same type of
medicine to same type of disease for all the 30 employees up to a tune of 60
lakhs and their dependents. This shows the negligence of both D.D.O &
Controlling officer in handling public money.
The controlling officer shall maintain a check register for countersigned
medicine bills drawing officer-wise when there is huge amount of M/R bills
from a single office as seen from the check register and also from monthly
expenditure statement the controlling officer has not exercised his power as
stipulated in Article 3 of KFC.
The C/o should have taken care while placing the superintendent in
charge of Gazetted manager. While assigning the work only supervisory works
should have been given and not countersignature of the bills .
This is a clear case of lack of integrity on the part of drawing and
disbursing officer and countersigning officer. Authorities shall take disciplinary
action as per CCA Rules 1957 for the act of misconduct and to recover the
embezzled amount.
Questions
1. What are all the rules to be followed by DDO while preparing M.R.
bills?
2. Discuss internal checking mechanism to be adopted by the
controlling officer while countersigning the M. R. bills.
51
Case 33 :
Embezzlement of Scholarship Amount:
The scholarship amount for the students is allotted to Taluka Level Officer
through the District Officer of a Department. The Taluka officer shall obtain
list of students who are eligible for scholarship from the Heads of Educational
Institutions and a cheque has to be drawn and paid to the Head of the
Educational Institutions for Disbursement of Scholarship to the students. The
Head of the Institution shall obtain acknowledgement from the students and
send the same to Taluka level officer for record.
Audit observed in one of the Taluka Level Office, that they have opened three
SB Accounts in State Bank of Mysore and have drawn 20 lakhs scholarship
amount from the PD accounts in the Treasury and deposited the same with the
SB accounts. Subsequently Rs. 17 Lakhs was drawn on self cheques from the
SB Account. There were no records to show the disbursement of scholarship to
the students.
During Audit enquiry it was found that four officers were in charge of the office
during the said period. All of them stated that the signature on the cheques
does not belong to them.
Audit observed that
• All the transactions were not entered in the cash book though cash book
is a primary record of financial transaction.
• Check books was not in the custody of the DDO
• Reconciliation of the funds with reference to cash book, bank account,
PD account were not done, which is against Art. 3 of KFC.
• The list of students from the Head of the Institutions is not available to
audit and also acknowledgment of the students are not furnished to
audit.
Analysis:
As per KFC 329(ii) all monetary transactions should be entered in the
cash book as soon as they occur and attested by the Head of the office in token
of check. As seen from the audit observation & records it is evident that the
Head of the office has not followed the rules prescribed in KFC and it is a clear
case of negligence.
52
As per Art 67 of KFC each cheque book must be kept under lock and key
in the personal custody of the drawing officer. When a transfer of charge takes
place a note should be written over the signature of both relieved and relieving
officer showing the no. of unused cheques and cheque books made over and
received on transfer by them respectively. A note should be made in the cash
book or other permanent register in which the expenditure for which cheques
are drawn is recorded.
As seen from the above all the four Taluka level officer who were in
charge of the office during the incident took place are personally held
responsible for the act of negligence for violating the codal provisions.
As per 286 of KFC the remittance to the Bank are made without details
and withdrawals are made only on cheques. Each administrator is furnished
with a monthly extract of his account as appear in the bank. The Bank
transaction with reference to the cash book has to be reconciled. If the
reconciliation with ref to Art 286 is done by the DDO the fraud should have
been come to the notice to the DDO earlier.
As per Art. 396, when there is a reasonable suspicion that a criminal
offence has been committed in respect of any public money this should have
been reported at once to the police and to head of the Department.
This is a clear case of lack of integrity and negligence on the part of
drawing and disbursing officer and controlling officer. Authorities shall take
disciplinary action as per CCA Rules 1957 for the act of misconduct and to
recover the embezzled amount.
Questions
1. Explain the responsibility of the DDO in maintaining the Cash Book
as laid down in KFC.
2. What action to be taken by the DDO in case of loss of public money?
3. Explain the procedure involved in reconciliation of the accounts
53
Case 34 :
Healthy Returns: (Best practice)
A regional deal for medical equipment is set to go nationwide and save
the NHS £ 15 million.
Project to buy equipment for hospitals in the North West in UK which is
now being extended throughout the NHS looks very much like a textbook case
of good purchasing practice.
The Pennine Acute Hospitals NHS Trust won the public sector – local
award for its purchase of endoscopy equipment. (Used to examine patients
internally to spot several diseases, particularly cancer) while supplies manager
David Scott was awarded the CIPS Purchasing and Supply Management
Professional of the Year.
While examining a list of medical and surgical items due to be
purchased, Scott noticed that endoscopy products had been bought from the
same UK supplier for no less than 27 years without ever being put out to
tender.
Seven flexible video endoscopes were initially due to be replaced at a cost
of £ 190,000. So Scott set about testing the market by putting the contract out
to tender, and it soon became clear that there were new players in the market
offering cheaper and better products.
The tendering exercise revealed that the best deal meant 12 new
endoscopes could be brought with a saving of 37% on the incumbent supplier’s
price.
The new equipment needed less maintenance and was more reliable,
meaning fewer cancelled appointments. And its slimmer design meant it was
more comfortable for patients.
The new endoscopes, however, would not work with the old equipment in
the examination rooms at the hospital. But the deal with the new supplier
meant a room could be completely re-equipped at lower cost than the
endoscopes alone from the old supplier.
Throughout the process, Scott managed the change by organizing
meetings with medical and nursing staff. They were not the easiest groups to
impress, he says, but all concerned were soon convinced.
54
The new equipment was commissioned and was soon being
enthusiastically used. The exercise had been a clear success and was repeated
the following year, saving £ 300,000 over the seven year life cycle of the
equipment.
Discussing all this with his colleagues in other trusts, it soon became
evident that the same situation existed throughout the NHS. Scott decided to
extend his findings to other trusts in the North West. Several joined forces to
form a consortium, saving a combined total of £ 1.5 million, or about half their
spending on the equipment over seven years.
The Judges in the public sector local category of the CIPS Supply
Management Awards 2003 said the project was “an excellent example of one
purchasing department challenging the status quo and stimulating a change in
attitude throughout the sector”. One Judge with specialist knowledge of the
NHS said it was “the best thing that has happened in health service purchasing
for a long time”.
When awarding Scott his individual prize, the judges said he had
“demonstrated an excellent approach to analysis and problem-solving, stake
holder management and team skills, high presentational quality and clear
tangible delivery”.
Scott is proud of the awards and the work he put in. “I was absolutely
thrilled when colleagues in the region said they were keen to work with me on
this” he says.
“Our raison d’être in the NHS is to get the best for patients, so it’s very nice to
feel I’ve been able to do my little bit.” Working on this project and winning the
wards has been the highlight of my career”.
{Winner CIPS Purchasing and Supply Management Professional of the year
David Scott (The Pennine Acute Hospitals NHS Trust)}
Questions
1. Discuss the importance of open tenders, packaging, and consortium
in procurement
55
Case 35:
A case on Consultancy services
Government of India sanctioned construction of a Comprehensive
building consisting of 120 Hostel Rooms 8 Training Halls, Dining Hall, Parking
facilities and longue to training Institute at a cost of 19 Crores.
The institute does not have engineering section to look into the activities
of construction. A building committee with Chief Architect, Superintendent
Engineer of the Circle, Superintendent Engineer of the municipal corporation,
EE of KEB under the chairman ship of the Head of the Training Institute was
constituted, with provision to co-opt members required for the activities of the
construction.
The Building committee discussed the option to keep the amount in
public works department under deposit contribution, or appointment of
consultant and inviting tenders for contract. The committee decided for
appointment of consultant and to go for construction.
Under the provisions of 28B of KTPP Rules 2000 tenders were invited for
the appointment of consultant prescribing the objectives and scope of services.
Standard Tender documents KC8 was used, the criteria being least cost
selection, Lump sum payment as the cost of the consultancy is more than 10
lakhs.
The Qualification criteria prescribed is as follows.
I. Specific Experience
1. Consultancy provided for the work of construction of the building of the
above type with G+5 as a total consultant. The cost of the building being
16 crores.
2. Experience Certificate for having executed project management within a
stipulated time, for the total cost of Rupees 30 lakhs.
3. Submission of the conceptual design of the building.
II. Adequacy of proposed work plan and methodology.
1. Methodology proposed
2. Quality Assurance.
56
III. Qualification and competence of the Key Professionals (CV’s)
1. Project manager
2. Architect
3. Structural Engineer
4. Engineer in charge of water supply, sewerage.
5. Site Engineer
The minimum technical score require to pass was 75%. The precise statement
of objectives of the assignments and the outline of the task to be carried out
are as follows.
Precise statement of objectives of the assignment:
1. To provide consultancy services / consultation work for getting latest
technology and methodology.
2. To assist the client in implementing the project as phased.
3. To implement the project economically, effectively and in a time bound
manner.
Outline of the tasks to be carried out (Scope of the services)
The Architect shall provide services in respect of the following assignments.
1. Architectural design.
2. Structural design
3. Sanitary, Plumbing design, Water supply and sewage works.
4. Electrical work
5. Painting, Ventilation and air conditioning work
6. Acoustical work
7. Interior design
8. Landscaping
9. Site Development
10. Project Management
11. Supervision of the work including taking measurements
12. Quality control
13. Approval of plan by statutory bodies wherever required.
Schedule of Services
The consultant shall, render the following services:
57
• Prepare conceptual designs with reference to requirements given by
the client and prepare approximate block estimates of cost and to
submit two sets of the same for approval of the client.
• Modify the conceptual designs, if required with reference to the
requirements of the client and prepare approximate block estimates of
cost and to submit two sets to the client for approval.
• On receiving approval of the client to the conceptual designs, prepare
and submit two sets of drawing for sanction from statutory bodies and
technically assist in the formalities.
• Prepare and submit six sets of detailed drawing with specifications
and schedule of quantities sufficient to prepare estimate of cost and
preparation of the estimates.
• Assist in for pre qualification of contractors.
• Prepare and submit 8 sets of working drawings including detailed
specification and schedule of quantities and also other documents
sufficient to invite tenders.
• Assisting for preparation of tender document and finalization of
tenders and execution of agreement with the successful tenderer and
issue of work order.
• Prepare and submit 8 sets of further working drawing and other
details sufficient to commence the work at the site and proper
execution during construction work, details of work plan,
methodology for completion of the project as per time schedule.
• Day to day supervision of work at the site including quality checking
of materials brought to site for use in the project.
• Submit quality control measures planned and quality control test
results of the construction.
• Be present at the site of work and provide periodical supervision and
also to interpret the drawing specifications and to attend meetings
called by the client.
• Take measurement / Joint measurement of the work with the
contractor and to obtain bills, certifying the work and to recommend
for payment to the contractor.
• On completion of the work prepare and submit two sets of drawings
incorporating revisions.
• Total project management right from conceptual stage till completion
along with planning the time schedule.
• Prepare and submit Completion Report and Utilization Certificate
58
• Schedule execution of project, watching shortcomings, if any and
suggest remedial measures thereon. Carryout periodical review of the
construction work schedule and advice on delay in implementation for
corrective action.
• Furnish Inspection report of work plan of all the works and monthly
progress report.
• 5% of the consultancy services as S.D to ensure quality of work will
be deducted in recurring bills apart from EMD and the same will be
held for a period of three years from the date of completion of project.
The terms of payment to the consultant is as follows,
Sl. No. Description of Items Fees Payable
1 Along with letter of Intent 5%
2 On finalization of Master plan, concepts for services and line estimates
15%
3 On issue of Tender Documents 10%
4 On award of construction contract 10%
5 On progressive submission of Working drawings
50%
6 On completion of the scope of work 10%
Total 100%
Short listing of consultants was proposed and a pre bid meeting was
called accordingly and many points raised were clarified.
The important among them were quantifying the qualifications of key
professional, which was not projected at the beginning of the tender processes.
In the meeting it was clarified that in all the cases engineer degree with 5
years field experience will be treated as minimum unit and will be awarded 5
marks and every additional 2 years experience with 1 marks each will be given.
However for post graduate qualification 2 additional marks will be given.
The institute was able to go for a best and suitable consultant by drafting
carefully the objectives of the assignment and the outline of the task to be
carried out. This was also dependent on the Q.C prescribed for selection of
the consultant. The institute needs a total management consultant with all its
technical aspects and execution including the methods of Q.C and also best
methodologies for day to day activities of construction.
59
The 3 firms short listed were
1. Karnataka state PSU Firm ‘A’ 2. A private Consultant organization Firm ‘B’ 3. Government of India enterprises Firm ‘C’
Technical evaluation
A technical scrutiny committee constituted to scrutinize the tender
document and to evaluate on the basis of the Q.C and Documents furnished by
the consultants. The committee awarded the marks as per the qualification
criteria prescribed in the tender document.
I. Specific Experience
Basic Marks
Firm ‘A’
Firm ‘B’
Firm ‘C’
1 Similar construction work
executed Basic Work 3 Work executed as consultant 4
7 3 0
2 2
3 3
2 Experience for having executed project management Basic work 3
Work executed as consultant 4
7 3 0
3 2
3 2
3 Conceptual Design Basic 3
Work Execution 3
6 0 0
3 2
3 3
II. Work Plan & Methodology
1 Methodology Proposed 15 No
Proposals 10 08
2 Quality Assurance 15 No Proposals
10 08
III. Qualification (QC)
1 Project Manager
Qualification Experience
5 5
3 3
3 3
4 4
2 Architect Engineer Q
E
5 5
3
5
3 5
3 5
3 Structural Engineer 5 5
5 5
5 5
5 5
4 Engineer Q
E
5 5
5
5
5 5
5 5
5 Site Engineer
Q E
5 5
5 5
5 5
5 5
50 78 79
60
Firm ‘B’ and Firm ‘C’ are technically qualified as they have scored more than
75% as per Tender conditions.
Out of the two qualified Consultants Firm ‘B’ quoted 4.5 and Firm ‘C’ Quoted
4.9%. Contract was awarded to Firm ‘B’.
The consultants Firm ‘B’. Assisted in the preparation of Tender
Documents and finalized the tender in favor of Contractor ‘X’ who was a
successful bidder. The building completed within the stipulated time of 18
months. The building was constructed as per schedule both on the basis of
bar chart, PERT chart, land mark progress and also quality assurance on time
and handed over the building.
During the defect liability period no defects identified and the PSD collected
from the contractor was returned. There is no audit observation on this project.
The main feature for success is as follows.
• The terms of reference was drafted to meet all the performance
requirement of the consultant.
• Statement of objectives and outline of the task to be carried out by the
consultant.
• Qualification criteria prescribed for the consultant
• Technical committee is constituted to evaluate for the selection of the
consultant based on Q C
• Methodology as approved by the client for contract management
• Methodology proposed for quality assurance.
• Prequalification of the contractors
• Finalization of Q.C of contractors
• Preparation of estimates as pre actual by the consultants
• Finalization of the contract
• Approval of the concept design plan & estimate.
• Furnishing working plan in advance to the contractor.
• Day to day supervision of the work at the site including Quality Checking
of materials brought to site and quality control test results of the
construction.
• Interaction with third party quality control and implementing the
suggestions.
• Taking measurements & joint measurements.
• Preparation of bills.
• Timely payment of bills by the institute.
61
Questions
1. How to frame Qualification criteria?
2. What is meant by scope of service?
3. How to manage consultancy and contract?
62
CASE 36
Criteria for rejection of tenders
Tenderers were invited for appointment of IT implementation agency by IT
department. Only two tenders were received the lowest one was 78% above the
amount put to Tender. The Authorities took decision to reject tenders and to
go for retender with a view to getting more bids which might result in more
competitive bids. Accordingly Tenders were re-invited. The lowest bidder filed
a writ petition for not awarding the contract and re-inviting the tender.
See 14 of the KTPP Act Reads as under
General Rejection of Tenders:
1. “The tender accepting authority may at any time before passing an order
of acceptance under section 13 reject all the tenders on the ground of
changes in the scope of procurement, failure of anticipated financial
resource, accidents, calamities or any other ground as may be prescribed
which would render the procurement unnecessary or impossible and
report the same to the procurement entity.
2. The procurement entity shall thereafter communicate the fact of the
rejection under this section to all the renderers and also cause the same
to be published in the tender bulletin”.
A compendious reading of Section 14 would indicate that the tender accepting
authority may reject all the tenders on several grounds before it is accepted.
Indeed a reading of the said provision indicates that once the tender offered is
accepted. Section 14 of the Transparency Act would not come into play. But
however, if the tenders are not accepted and if they are still at the nascent
stage, in as much as they are being considered and there is no positive
indication that it is likely to be crystallized into a concluded contract, it is
open for the tendering authority to invoke Section 14 of the Transparency Act
and reject all the tenders on the ground of certain changes which are stated
therein. The said rejection of tenders is on couple of grounds.
(1) Ground of change in the scope of procurement and
(2) Failure of anticipated financial resource, accidents, calamities or any
other ground as may be prescribed which would render the procurement
unnecessary or impossible.
One will have to assess and see whether the floating of the second tender is
justified and if not, all or one of the ingredients would satisfy the rejection of
63
the tender of the bidders. In the case on hand, it is to be noticed that initially
the amount which was put to tender was Rs. 368.38 crores and the bid
amount was Rs. 652.77 crores thus there was a substantial difference between
the amount put to tender as well as the bid amount as quoted by the
petitioner. To any mind, it would fall squarely into the category of failure of
anticipated financial resource. Even otherwise, it is to be noticed that the
minutes of the State level Distribution Reforms Committee (DRC) has in their
minutes of the meeting, have recorded, after due deliberations, to re-tender
because of the following reasons:
• Tender premiums too high i.e., 78% above the amount put to tender.
• The technical responsive bids being only two, it is better to get more bids
which may result in more competitive bids.
• The GOI has revised certain technical specification of router midway
when last bids being evaluated, retendering would allow these changes
which may result in economy;
• Negotiations are not feasible because of lack of benchmarks in the
project;
• The process of retendering should be complete by 31.10.2009;
• The DRC would meet in the first week of November 2009.
Indeed, the last i.e point No. 6 is not relevant for our purpose. But if one were to go by the deliberations as well as the reasons given by the committee as to why the subsequent tender is required to be floated to my mind, appears to be justifiable. It is to be noticed that the tender premium is certainly too high i.e 78% above the amount put to tender. The amount put to tender is Rs. 368.38 crores and the amount quoted is Rs. 652.77 crores.
“Tenderer has no locus stand or right to urge for acceptance of his tenders
merely because it is lowest one in terms of cost and on grounds of legitimate
expectation”
2010(5) KLJ 407 dated 03.12.2009.
Questions:
1. Discuss the provision for rejection of tenders.
64
Case 37 :
Negotiation
Tenders were invited for supply of 5.92 lakh of bicycles by publishing in 3
national dailies and 2 local news papers. 4 companies’s coated a uniform rate
of 2750, 2795 per bicycle for boys and girls respectively.
After negotiations the company’s agreed to supply bicycles for both boys and
girls at a uniform rate of 2657 per unit. Govt. rejected the proposal and
decided to invite fresh tenders for 2 academic years. The tenders were
published as the same news papers and the same 4 company’s coated a
uniform rate of Rs. 2800 & 2970 for supply of bicycles to boys and girls on
negotiation. The unit price was agreed at Rs. 2750 and 2775 for supply of
bicycles for boys and girls respectively. A purchase order was issued for 11,
27,376 bicycles.
Audit observed that, before expiry of validity period of 120 days fresh tenders
were invited. The authority could have increased the quantity within the
validity period of offer. Further the department did not provide vide publicity
for the tender notification but again published in the same news paper due to
which competent rates were not obtained as desired. This resulted in extra
expenditure of 5.9 crore
Analysis:
As per KTPP Rule 12(5) the tender documents shall indicate the quantity
proposed to be procured in the tender and the tender accepting authority shall
be ordinarily permitted to vary the quantity finally ordered only to the extent of
25% either way of the requirement indicated in the tender document.
In this case the quantity to be procured is almost doubled and the authorities
intended to go for fresh tenders and as per Sec. 14 the tenders were rejected
and fresh tenders were invited.
As per Rule 10 of KTPP Rule the TIA shall have the notice inviting tenders
published in the Indian Trade Journal in all cases where the value of
procurement exceeds Rs. 10 crore. In this case the tenders were published
65
only in news papers. The tender inviting authority should have given vide
publicity in national dailies and Indian trade journal to get competitive rates.
Questions
1. Discuss the responsibility of Tender Inviting Authority in giving
publicity as per the Act.
Case 38 : Procurement of bicycles in excess of requirement
The Procurement entity instructed that purchase of bicycles should be
assessed according to actual requirement for the years 2006-07 to 2009-10
without resulting in any surplus/deficit buying. However, it was observed that
bicycles were purchased in excess of the required quantity amounting to excess
expenditure of Rs. 1.82 crore during the above period.
Audit observed that indents were placed on the information furnished by the
District Information system of Education in a routine manner. This indicated
that the purchases were affected without proper survey/ assessment. The
conditions and quality of excess bicycles stored could not be ensured.
Analysis
Article 15 of the KFC envisages that the expenditure from public fund is to be
guided by the principles of propriety and efficiency. The concerned authorities
are expected to enforce vigilance as a man of ordinary prudence.
Art. 16 of KFC envisages that the procurement authorities are to be
constantly watchful to see the best possible value is obtained for all public
funds spent and also to guard scrupulously against every kind of wasteful
expenditure from public fund.
As per MCE Rule 23 only the required quantity as occasion demands shall be
procured. In the present case the above provision are violated.
Questions
1. Discuss the process of survey and estimate as per procurement planning.
66
Case 39 :
Procurement of Goods and services – Out sourcing of men:
Tenders were invited for outsourcing 24x7 services in a corporation, and
tenders were finalized for one year on the basis of the responsiveness of the
tenderer “X”. After completion of one year the corporation extended the
contract for one more year and also in its general body meeting it was resolved
to pay 10% more than the previous year’s rates.
Audit observed that there is no provision to extend the contract after the expiry
of the contract period also resolution to pay 10% excess over the previous
year’s rate is not admissible.
Analysis:
The essence of contract is time. Once a contract is finalized for a particular
period it cannot be extended. In case of Goods and Service, the TAA shall be
ordinarily permitted to vary the quantity finally ordered only to the extent of
25% of either way.
When once the lowest responsive tender, who is qualified technically and
whose bids are lowest, and accepted and paid, question of enhancement of
rates for the coming year which is not in the contract conditions is not in
accordance with the provision of KTPP Rule.
Questions
1. What are the provisions under the Act for additional supply or extension
of service beyond the period of contract?
67
40. Procurement of Goods (Schedule of requirements)
An Institution “X” requires stationary material, computer stationary,
printing materials, files, folders, bags etc for its training activities. The same
materials are required for other two sister institutions also. The requirement of
the institutes is brought under one package. The package is scheduled as
A.B.C and D, and invited tender.
1. Stationary for office use A 25
2 Computer Stationary B 15
3 Files, Folders, Bags, executive bags, Suitcase C 18
4 Printing materials D 5
For the first two schedules 5 bidders participated and quoted for all the items
in the schedule and the response was good.
For the third schedule three bidders were participated. One bidder has quoted
for all the18 items and the other two have not quoted for all the 18 items.
In the 4th schedule all the 5 items were included giving specific code of the
manufacturer there by restricting the competition of the bidders.
During the evaluation of schedule A and B the technically and commercially
responsive lowest bidders were awarded.
During the evaluation of schedule C the one bidder who has quoted for all the
18 items (20% above the estimated rates) was treated as responsive tenderer
and the contract was awarded to him. The other two bidders are not technically
qualified as such their bids were treated as non responsive. During the
evaluation of schedule D one bidder has quoted for 4 items and the other
bidders quoted for 3items, 2 items and one item respectively. The bidder who
quoted for 4 items was treated as technically responsive tenderer and contract
was awarded.
During audit the following observations were made regarding award of
schedule C
68
1. The quoted price was 20 % above the estimated cost which is exorbitantly
high.
2. As per the provisions of KTPP Act negotiations were not held
3. Not opting for fresh tender, after rejecting the said tender.
During the audit of 4th schedule it was observed that though the bidder was
not quoted for all the 5 items and non responsive the tender was awarded to
him. The specification adopted was manufacturer’s code, which has brought
down the competition. The specification shall be generic in nature and not to
favor any branded items. If the items are treated as proprietary items codal
provisions has to be followed. During audit enquiry the authorities replied that
the award was made due to the urgency and who has quoted for maximum
number of items compared to others. The reply was not accepted and the
objection drafted in the Inspection report and sent to Head of the department
for compliance.
Analysis of the case :
The Tenderer shall indicate on the Price Schedule the unit prices and
total tender prices of the goods it proposes to supply under the Contract. To this end, the tenderers are allowed the option to submit the tenders for any one or more schedules specified in the ‘Schedule of Requirements’ and to offer discounts for combined schedules. However, tenderers shall quote for the complete requirement of goods and services specified under each schedule on a single responsibility basis, failing which such tenders will not be taken into account for evaluation and will not be considered for award. (7.1 of ITT of S T D KG1)
The Purchaser will evaluate and compare the tenders which have been
determined to be substantially responsive, pursuant to ITT Clause 7 for each schedule separately. No tender will be considered if the complete requirements covered in the schedule is not included in the tender. However, as stated in ITT Clause 7, Tenderers are allowed the option to tender for any one or more schedules and to offer discounts for combined schedules. These discounts will be taken into account in the evaluation of the tenders so as to determine the tender or combination of tenders offering the lowest evaluated cost for the Purchaser in deciding award(s) for each schedule. (20.1 of ITT of S T D KG1) As per the above provisions of the Act since one bidder has quoted for all the 18 items treating him as technically responsive is in order. At the same time the DDO should have considered his commercial responsiveness also. The bids above 10% of the estimated cost is treated as substantially high and the government order ( ) provides for negotiation. In case the bidder is not ready to
69
bring down the bid price nearer to market price the GO provides rejection of tenders and to invite fresh tenders.
It is observed that the DDO has furnished the reply for audit enquiry at the time of audit that the rates quoted was only 5% above the market rate as on the date of evaluation which is very well within the limits as mentioned in the above G.O. Hence the bid was considered. The audit party should have accepted this reply and dropped the objection.
In the 4th schedule all the 5 items are proprietary items. As per section
4(b) g the KTPP Act proprietary item (single source) are exempted from the
process of tendering.
While purchasing proprietary item the procedure mentioned in the Act is to
constitute a committee of 3 experts from
1. Technique representation of the organization
2. Technical representation of the Govt. organization dealing with similar
procurement and
3. Technical representation from a reputed academic or research institute
having expertise in such line to examine and declare the goods are
available from a single source.
As per the Act under 4(b) g exemption clause open tenders were not
required for 4th schedule. The items can be directly purchased from the
respective manufacturers. In the present case it is a procedural lapse by not
constituting a committee to declare the items as proprietary and available in
single source which will be followed in future. Accordingly the compliance to
inspection report (I R) may be furnished.
Case 41 :
Non payment of rent
Sri “X” was allotted a shop by a corporation after conducting public auction at
Rs. 29000/- per month. He becomes a defaulter by nonpayment of rent for 48
month. Subsequently the corporation took possession of the shop by
cancelling the allotment. Sri. “X” filed an appeal in the court. His plea was
rejected and the action taken by the corporation in vacating the shop was
upheld by the court.
70
Sri. “X” requested the Finance committee of the corporation to hand over
the shop and agreed to pay the balance in installment of 24 months and to
reduce the rent. The committee agreed to this and fixed the rent at 7400 per
month.
Audit observed that since “X’ was a defaulter the amount should have been
recovered by decreeing in the court of law. Besides allotting the shop by public
auction after following due procedure.
Analysis:
The corporation failed to recover rent along with interest. When once auction is
conducted and shop is allotted for a specific period and amount it is the duty of
the corporation to collect the monthly rent. In case of any default the allotment
has to be cancelled and fresh auction to be conducted. This legal procedure
was not followed by the corporation.
Questions
1. What is the procedure to be followed in allotment of a shop by public
auction?
2. Responsibility of the concerned authorities for collection of rent?
71
Case 42 : Non-submission of NDC bills
The Annual audit report of the University drafted a Para regarding NDC not
submitted for a total amount of Rs. 3 lakh from the director of an institution.
The Director was officiating from 1-72003 to 25-2-2004.and relieved on 25-2-
2004. Audit for the year 2001-02 to 2003-04 is completed on 1-10-2004. It was
found that Rs. 3 lakh was drawn on AC bill by the Director for which NDC is
due.
The Director gets a No Due Certificate from the concerned authority. He takes
voluntary retirement during 2004. The Director has submitted the NDC for the
total amount before getting voluntary retirement The pension settlement of the
Director is held up for not clearing the amount and not submitting NDC as
stated in the audit report and it is held up as per the orders of the VC. The
Director writes to the registrar and the VC stating all the facts and submits
relevant documents as proof of his clearance of all dues and request for
settlement of his pension claims. The file was delayed for 8 years from 2004 to
2012. There was no decision taken regarding the said matter to get the audit
objection dropped.
On a personal request by the Director to the Govt. Auditor in 2012, the matter
is taken up for scrutiny by the Govt. Auditor. A detailed scrutiny reveals that
the Para can be dropped. A letter is issued by the Govt. Auditor to the
concerned Director and the concerned authorities of the university that the
Director has no dues pending against him. As such the Para was dropped and
the pension claims of the Director settled.
Analysis:
1. Dearth of pro-active attitude on part of the officials to look in to the case.
2. Delay due to hesitancy in taking decisions.
3. Fear of accountability.
4. Causing financial loss to the Director.
5. Unnecessary mental torture caused to the Director
6. The audit being falsely accused of being the cause for with-holding
pension claims.
7. Pension settlement Para objections have to be attended on first priority.
Questions
1 What is procedure for recording audit inspection report? 2. Role and responsibility of DDO in furnishing timely compliance to audit. 3. Role of audit to drop audit Para after satisfactory reply.
72
Case 43 : Statutory deductions
The annual audit report of the University drafted a Para regarding non
deduction of TDS from the contractor who running a mess of the University
hostel.
1. The contract of supplying food to the inmates of the hostel was awarded
to Mr. X
2. In the first year, the VC issued an OM to the contractor to execute the
work and the OM is specifically mentioned regarding the required TDS to
be deducted from the bills. As per the OM, the TDS amount had been
deducted regularly.
3. In the second year, the same contract was renewed with the same
contractor.
4. The OM regarding the renewal contract did not mention the TDS to be
deducted. Audit observed non-payment of TDS
5. The contractor did not get the TDS amount deducted from his bills.
6. The contractor of the hostel and the warden replied to the objection
saying that since it was not in the OM and the TDS deduction was not
deducted
Analysis :
1. Every entrepreneur ought to know about TDS.
2. The reply given could not be accepted.
3. The responsibility of the DDO as per 194 of the Income Tax Act is as
follows
As per 194 C (2) Any person responsible for paying any sum any resident in
pursuance of the contract with the sub contractor for carrying out or for
the supply of labor for carrying out the whole or any part of the work
undertaken by the contractor or for supplying wholly or partly any labor
which the contractor has undertaken to supply shall at the time of credit of
such sum to the account of the contractor / sub contractor or at the time of
payment thereof as cash or by issue of a cheque or draft or by any other
mode whichever is earlier deduct an amount equal to 1% or 2% of income
comprised there in. As per 194 “C” the Threshold limit of payment in a year
is 30,000 (Individual 1%, firm 2%). Non deduction of IT in the bills
contravenes the provision of Sec 194 C (2) f IT Act for which DDO is held
responsible.
Questions : Discuss the provisions of KFC for statutory deductions.
73
Case 44 : Risk Purchase: (Short supply of Goods)
An order was placed on a firm “G” which failed to supply the full quantity
of goods. The balance quantity of goods was ordered from the firm “H” at a
higher price on risk purchase conditions. Risk purchase order means that the
additional cost of purchase will be recovered from the previous firm “G”. Yet
another risk purchase order on another firm “I” was placed as even the firm “H”
failed to supply the goods ordered in full. No recovery could be made from the
firm “G” as the factory was closed. No recovery had been made till the audit
paragraph had been published. No recovery had been made from the firm “H”
also.
Analysis:
The audit paragraph highlights the need to judge the suitability of a bidder to
meet its commitments. Unless a reasonable criterion for the selection of a
bidder is laid down, failures will often recur. The government rarely publishes
any data on the amount of risk purchase differences recovered from defaulters.
If government departments were largely successful in recovering the amounts,
and they publicized this information, then this may deter incompetent bidders.
If government departments have a bad experience then there is all the more
need to review the existing process of selecting a bidder. It is a very onerous
and difficult process to blacklist a firm, and blacklisted firms easily start
functioning in another name.
The provisions of KTPP Act & Rules in framing Qualification criteria has to
be scrupulously followed to mitigate such circumstances and to select the
right qualified contractor for the supply.
Questions
1. What are the conditions for risk purchase of goods?
2. What are the conditions required to frame qualification criteria?
74
Case 45 : Risk Purchase (Cancellation of Contract)
A supplier failed to supply the goods ordered. The central purchase authority
cancelled the contract, without invoking the risk purchase clause. The
indenter purchased goods elsewhere at a much higher cost.
Analysis:
Invoking risk purchase clauses has not resulted in any success. The major
failure seems to lie in the selection of competent suppliers. Also the provisions
of taking securities before entering into contract and framing suitable Q C for
selection of contractors on the basis of production capacity, commercial
capability, and experience in the field contribute for successful contract.
Questions
1. What are the conditions required to frame qualification criteria?
Case 46:
Surveys
A contract of works for a pile foundation was awarded for completion in nine
months. During the progress of the work discovered that the design based on
the assumptions of the detailed soil investigation report was not suitable.
Originally it was assumed that a raft foundation over hard rock would be
possible at the site. But it was found that the sub-strata consisted of fissured
rocks of highly varying depths. Very high subsoil water level and thus raft
foundation was not possible. Further, detailed explorations were carried out.
The design of the foundation and the entire structural analysis of the building
have to be completely redone. The work was completed after an extra period of
about three years at more than double the original estimated cost of Rs. 6.28
Million.
Analysis :
The report of the task force pointed out the failure of the investigation and
survey set up. Though one recognizes that human culpability may be there, yet
the absence of correct data in survey reports needs to be effectively overcome.
Otherwise, the entire project gets delayed, with cost escalation and losses, as
the benefits of the projects and investments do not start flowing in time.
Questions : Discuss the responsibility of authorities in conducting proper
survey
75
Case 47 :
Qualification of bidders and bid capacity (Works)
“Non-ensuring of contractor’s eligibility:
The State government’s instructions (October 2008) read with NIT, specified
certain conditions for participation in the tender above Rs. 50 lakh, such as
satisfactory completion of at least one work to the extent of 50 per cent of the
tendered cost for works costing up to Rs. One crore, the contractor owning at
least 50% of the equipment required for the work etc. Scrutiny of 18 technical
evaluations for works costing Rs. 50 lakh to Rs. 2.72 Crore revealed that in 16
cases the details of execution of works to the extent prescribed were not
obtained and in 14 cases the details of equipment owned by the contractors
were not insisted upon. It was evident from the above cases that the tender
evaluation was not done as prescribed and works were entrusted to agencies
without ensuring the eligibility criteria for executing such works.”
Analysis
The model qualification criteria as modified in Government order FD4 PCL
2008 dated 14-10-2008 has to be adopted before floating of tenders by the
tender inviting authority.
The model Clause for Works contract shall be as follows:
"To qualify for award of the contract, each tenderer in its name should have in
the last five years i.e..........
(i) Achieved, in at least two financial years, a minimum annual financial
turnover (in all classes of civil engineering construction works only) of Rs......@
(usually not less than the estimated cost under this contract for works costing
up to Rs. 100 lakh and not less than two times the estimated annual payments
in case of the contract value is more than 100 lakhs under this contract)
(ii) Satisfactorily completed (not less than 90% of contract value), as a
prime contractor, at least one similar work (Define) of value not less
then Rs......@ (usually not less than 50% of the estimated value of the
contract for all works costing up to 100 lakh and not less than 80% of
the estimated value of the contract for all works costing more than Rs.
100 lakh);
76
(iii) Executed in any one year, the following minimum quantities of work;
(usually 80% of the expected peak rate of construction for 3 or 4 critical
items which account for more than 60% of the total cost of the work);
...................................................
...................................................
...................................................
...................................................
The tenderer or his identified sub-contractor should have
executed.............................
works** totaling to Rs.........@ in any one year
@ at ............ price level. Financial turnover and cost of completed works of
previous years shall be given weight age of 10% per year based on
the rupee Value of bring them to .........* price level
* the financial year in which tenders are received.
** repeat for other items of works for which subcontracting would be allowed
The tenderer should .....
(a) availability (either owned cr...... or by procurement against mobilization
advances) of the following key and critical equipment for this work:
......................................................
........................................................
(b) availability for this work of a Project manager with no less than five years'
experience in construction of similar civil engineering works and other key
personnel with adequate experience as required; and
(c) Liquid assets and/or availability of credit facilities of no less than Rs.......
lakhs (Credit lines/letter of credit/certificated from Banks for meting the funds
requirements etc. (usually the equivalent of the estimated cash flow for 3 months
in peak construction period)
From the above case it is evident that the TIA has not
followed the prescribed procedure there by attracts the provisions of
Sec.23 of the KTPP Act.
Questions
1. How Qualification criteria is to be fixed in case of Goods and works?
77
Case 48: Qualification of bidders and bid capacity (Goods)
Tenders were invited for purchase of 300 equipments amounting to Rs.
50 Lakh. The qualification criteria prescribed for the Tender is as follows
Work Experience:
He should have satisfactorily completed as a prime contractor at least one work
of supply of similar equipment to an extent of 25 lakh in any one year in the
last 5 years.
Qualification:
(1) Each Tenderer in his name should have in the last 5 years period
achieved in at least in 2 financial years an average annual financial
turnover of Rs. 50 lakh.
(2) The Tenderer should have supplied in any one year minimum 240
equipments to any Govt. organization
(3) The Tenderer should have liquid asset or availability of credit facility of
not less than 20 lakh.
(4) The commitment of supply as the dated of sub missing of the tenderer is
required to be mentioned in the Tender Document.
Three bids were received following are the criteria for consideration of
qualification.
A (in Lakhs) B(in Lakhs) C (in Lakhs)
Annual Production Capacity 400 350 420
Annual Financial Turnover for last two years
50 55
52 51
56 54
Supply of Materials 28 32 20
Supply of equipment 350 300 280
Liquid Assets 20 25 30
Balance to be supplied to various clients
120 150 200
Sl. No.
As Prescribed
A B C
1 Work Experience 25 Lakh 28 32 30
2 Qualification 50 Lakh 50 50
3 Supply of Materials 240 350 300 280
4 Liq. Assets 20 20 25 30
5 Existing Commitments - 120 150 200
6 Annual Production - 400 350 450
78
Bid Capacity -= A x N – B
Where A = Annual Production Capacity
N = No. of years prescribed for completion of contract
B = No. of existing commitment
Bid capacity of A = 400x1 – 120 = 280
Bid Capacity of B = 350 x 1 – 150 = 200
Bid Capacity of C = 450 x 1 – 200 = 250
The Bid was awarded to A
Audit observed that the Tender was awarded to “A” who does not possess bid
capacity.
Analysis:-
Tenders were invited for supply of 300 equipments all the 3 bidders are
qualified in the qualification criteria prescribed. As for as available tender
capacity is concerned all the 3 bidders does not possess the available Tender
Capacity i.e 300 equipment in the year. As such all are disqualified. As per
Govt. Order No. PWD 1359/50/FC/2001/P2 dated 3.12.2002 “Lowest
evaluated responsive tenderer who satisfies the aggregate qualifying criteria
would be qualified for the award of the contract only if he satisfies the available
Tender capacity more than the no of equipments of the Tender under
consideration. In this case Tenders should have been cancelled and fresh
tenders invited.
Questions
1. What are the requirements to assess bid capacity?
79
Case 49 :
Qualification of bidders and bid capacity (Cancellation of Contract)
A contract for automatic fire fighting and fire alarm system was awarded in for
Rs 1.76 Million. After the physical progress of 99 per cent of the work, and the
payment of Rs. 1.72 million, the contract was cancelled in. Another contract at
the risk and cost of the former contractor was awarded for Rs. 0.16 million in
to carry out the testing and commissioning of the system. The work was still
incomplete after 8 years of invitation of tenders. Government offices stated
that the fire fighting and fire alarm system is a specialist job, very few firms
who were undertaking its installation. The system could not be commissioned
making the expenditure unfruitful.
Analysis :
There may be very few qualified contractors for specialized works. Therefore, it
is important to prequalify contractors with the criterion of successful
completion of a few similar jobs. Sometimes, works are awarded on the basis
of similar contracts – in hand of a bidder without any relationship to successful
completion of a work. Such a practice cannot be considered reasonable in the
absence of evidence of the competence of the bidder.
Questions
1. Discuss model Q C for goods.
2.How to arrive at the bid capacity in case of goods contract?
80
Case No. 50 : Qualification of bidders and bid capacity (failure of
execution of contract)
A contract was awarded for the design manufacture, supply, erection and
commissioning low profile quay side gantry cranes at a cost of 6 crores. The
period given for completion of work was 15 months. Owing to the contractors
failure to start the work for want of funds an advance of Rs. 30 lakh at 20%
annual interest rate was given. The cranes have not been commissioned even
after 5 years of the date of award of contract.
Analysis:
As per KTPP Act the minimum Q.C for the financial resources of a bidder shall
be satisfactorily completion as a prime contractor for at least one similar works
to an extent of rupees 4.8 crores.
To qualify for award the tenderer should have in the last 5 years period
achieved in at least 2 financial year an average financial turnover of rupees 6
crores. The bidder should have liquid assets and or availability of credit facility
of not less than 6 crores.
From the above case it is evident that there is failure in the execution of
contract. The GO Dated PWD 1359/SO/FC/2001/P2 Dated 3.12.2002
specifies the model Q.C and also bid capacity of the tenders, which shall be
followed by the Tender Accepting Authorities.
Questions
1. Discuss model Q C for goods.
2. How to arrive at the bid capacity in case of goods contract?
Government of Karnataka
Administrative Training Institute Lalitha Mahal Road, Mysore-11
CASE STUDIES
ON
PROCUREMENT AND AUDIT
Volume - I
Administratative Training Institute Lalitha Mahal Road, Mysore – 570 011
Dr.(Smt) Amita Prasad, I.A.S.,
Director General PREFACE
ATI, Mysore has always adopted innovative methods in imparting
training. “Case Study Method” is a valuable tool in developing analytical ability,
sharpening Skills for understanding specific situations and visualizing different
dimensions of a problem. The discussion of cases in class room enables the
participants to develop creative thinking and promote decision making skill,
which are crucial to enhance performance.
In this present Book-let the CAG Audit paras, Case laws & Inspection
reports on procurement have been used for case study. This is proposed to
used in all trainings related to Financial Management and Contract
Management Courses. The case study would provide an excellent frame work
for drawing out the insights and experiences of the participants & also
enlighten the importance of interpreting rules, acquiring knowledge of Govt.
orders and cannons of Financial Proprietary, thereby minimizing the audit
observations.
I appreciate the efforts of Sri. Ramachandra Swamy, Joint Controller
(Rtd.) State Accounts Department and Sri. K.Srinivasa, Consultant, (Financial
Management) ATI in bringing out this booklet. The two volumes based on audit
reports will serve as guiding factor in understanding financial and procedural
issues.
I am sure that this booklet would provide an opportunity to participants
to analyze the cases, understand the issues & improve their perception
towards procurement.
Place : Mysore Date : 22-5-2013 (Dr.AMITA PRASAD)
Government of Karnataka
A
dministration Training Institute
Lalitha Mahal Road, Mysore –
570 011
Dr.(Smt) Amita Prasad, I.A.S., Director General
CONTENTS
Case Nos Particulars Page Nos
1. Procurement of works:
(Procurement Planning)
1
2. Unfruitful Expenditure
2
3. Extra Expenditure Due to Defective
Estimate
3
4. Undue Benefit to a Contractor
4 - 6
5. In fractious Expenditure
7
6. Skewed Planning and Faulty estimation
8 - 9
7. Procurement of Solar Lights
10 - 11
8. Non recovery of Securities and statutory
deductions in R A bills.
12 – 14
9. Short Term Tender
15
10. Validity of the Tenders During extended
period
16 - 17
11. Minimum time for submission of Tender
18 - 19
12. Authorization to Reduce Minimum time for
Tender Submission
20
13. Extension of the period of Contract
21 - 22
14. Outsourcing of Hostel Cooks: (Proper
execution of Contract conditions)
23 - 25
15. Tender Accepting Authority & Tender
Scrutiny Committee
26 - 29
16. Functions of tender Scrutiny Committee
30 - 31
17. Fraudulent payment on de-silting works
executed by a corporation
31 - 32
18. Fishing rights of a tank 33
19. Purchase of spot billing machine
(Type of procurement not mentioned)
34
20. Single source
35 - 36
21. Criteria for rejection of tenders
37 - 38
22. Negotiation
39 - 40
23. Procurement of bicycles in excess of
requirement
40
24. Procurement of Goods and services – Out
sourcing of men
41
25. Non payment of rent
42
26. Non-submission of NDC bills
43
27. Statutory deductions
44
28. Risk Purchase: (Short supply of Goods) 45
29. Risk Purchase
(Cancellation of Contract)
46
30 Surveys
46
31. Qualification of bidders, bid capacity
(Works)
47 - 48
32. Qualification of bidders and bid capacity
(Goods)
49 - 50
33. Qualification of bidders and bid capacity
(Cancellation of Contract)
51
34. Qualification of bidders and bid
capacity(failure of execution of contract)
52
35.
Speedy settlement of Audit observations, IR’s, Disposal & Audit paras
53 - 57
36
The Karnataka Transparency in Public
Procurement Act, 1999.
58 - 68
37
The Karnataka Transparency in Public
Procurement Rules, 2000
69 - 86
Government of Karnataka
Administrative Training Institute Lalitha Mahal Road, Mysore-11
CASE STUDIES
ON
PROCUREMENT AND AUDIT
Volume - II
CONTENTS
Case No.
Particulars Page Nos
1.
Terms & Conditions of a Notice Inviting Tender
1 – 5
2.
Negligence in Collecting Securities 6 - 7
3.
Procurement of Goods (Schedule of requirements)
8 – 10
4. Specification
11
5. Over Specification
11 – 12
6. Specification ( Supply of offset printing paper)
13
7. Inspection & Tests (Supply of equipments)
13 – 14
8. Inspections and Tests (Construction of a bridge)
14 – 16
9. Inspections and Tests (Ship Building)
17
10. Inspection of goods ( Late delivery of goods)
17 – 18
11. Quality Control (Warranty Clause)
18 – 19
12. Fraudulent claim of M/R bills
20 – 21
13. Embezzlement of Scholarship Amount
22 - 23
14. A case on Consultancy services (Success Story)
24 - 30
15. Healthy Returns: (Best practice)
31 - 32
Government Orders / Circulars
1. Procurement of Works- Use of Standard Tender Documents. Government Order No. FD 9 PCL 2004 (I), Bangalore, Dated: 06.8.2005.
33 - 35
2. Procurement of Goods and Equipment- Use of Standard Tender Documents. Government Order No. FD 9 PCL 2004(II), Bangalore, Dated: 06.8.2005.
36 - 38
3. Hiring of Consultancy Services - Use of Standard Tender Documents. Government Order No. FD 9 PCL 2004(III), Bangalore, Dated : 06.8.2005.
39 - 41
4. Awarding of contracts to the lowest evaluated technically and commercially responsive tenderer meeting the prescribed Qualification criteria including tender capacity and past Performance. Circular - NO. PWD 1359 SO/FC 2001(P-2)
dated 25th
October 2002.
42 - 43
5. Procurement Planning, Packaging and Scheduling. Circular - NO. PWD 1359 SO/FC 2001(P-2)
dated 25th
October 2002.
44 - 46
6. Guidelines of conducting negotiations before award of the contract. Circular - NO.PWD 1359 SO/FC 2001(P-2) dated 3rdDecember2002.
47 - 51
7. Two Cover Tenders System – Safeguards to be adopted. Circular - NO. PWD 1359 SO/FC 2001(P-2) dated 30thJune 2003.
51 - 52
8. Procedure for sale of tender documents Circular - PWD 140 SO/FC 2003.
Dated:1stSeptember 2003.
53 - 54
9. Procurement Reforms – Measurement of Works and Supplies – Use of Measurement Books. Government Order No. FD 56 Pro. Cell 2004, Bangalore, 18thJanuary 2005.
54 - 58
10. Third Party Inspection of Works, Goods and Equipment.
Government Order No. FD 55 Pro. Cell 2004,Bangalore, Dated: 17.02.2005.
59 - 61
11. Procurement of works - use of Standard Tender Document - Revision – Reg. Government Order No.FD 4 PCL 2008, Bangalore, dated:14.10.2008.
62 - 69
12. Provision for price Adjustment for specified materials for works – Revision Reg. Government Order No.FD 3 PCL 2008, Bangalore, dated:21-11-2008.
70 - 72
13. Invitation of Tender through e-tendering – Limitations. Notification - No. DPAR 2 EPR 2009 Dtd. 9th October 2012
73
14. General delegation of common financial powers to Heads of Departments and others. Govt. Order No.FD 2 TFP 2010, Bangalore, Dated:30-04-2010.
74 – 90
Government of Karnataka
Administrative Training Institute Lalitha Mahal Road, Mysore-11
CASE STUDIES
ON
PROCUREMENT AND AUDIT
Volume - I
Administratative Training Institute Lalitha Mahal Road, Mysore – 570 011
Dr.(Smt) Amita Prasad, I.A.S.,
Director General PREFACE
ATI, Mysore has always adopted innovative methods in imparting
training. “Case Study Method” is a valuable tool in developing analytical ability,
sharpening Skills for understanding specific situations and visualizing different
dimensions of a problem. The discussion of cases in class room enables the
participants to develop creative thinking and promote decision making skill,
which are crucial to enhance performance.
In this present Book-let the CAG Audit paras, Case laws & Inspection
reports on procurement have been used for case study. This is proposed to
used in all trainings related to Financial Management and Contract
Management Courses. The case study would provide an excellent frame work
for drawing out the insights and experiences of the participants & also
enlighten the importance of interpreting rules, acquiring knowledge of Govt.
orders and cannons of Financial Proprietary, thereby minimizing the audit
observations.
I appreciate the efforts of Sri. Ramachandra Swamy, Joint Controller
(Rtd.) State Accounts Department and Sri. K.Srinivasa, Consultant, (Financial
Management) ATI in bringing out this booklet. The two volumes based on audit
reports will serve as guiding factor in understanding financial and procedural
issues.
I am sure that this booklet would provide an opportunity to participants
to analyze the cases, understand the issues & improve their perception
towards procurement.
(AMITA PRASAD) Place : Mysore Director General Date : 22-5-2013
Government of Karnataka
A
dministration Training Institute
Lalitha Mahal Road, Mysore –
570 011
Dr.(Smt) Amita Prasad, I.A.S., Director General
CONTENTS
Case Nos Particulars Page Nos 1. Procurement of works:
(Procurement Planning)
1
2. Unfruitful Expenditure 2
3. Extra Expenditure Due to Defective Estimate
3
4. Undue Benefit to a Contractor 4 - 6
5. Infructious Expenditure 7
6. Skewed Planning and Faulty estimation 8 - 9
7. Factors to be considered while framing Notice Inviting Tender
10 - 14
8. Procurement of Solar Lights 14 - 15
9. Negligence in collecting securities 15 – 18
10. Non recovery of Securities and statutory deductions in R A bills.
18 – 20
11. Over Specification 21
12. Specification 22
13. Higher Specification 22
14. Inspection & Tests (Supply of equipments)
23
15. Inspections and Tests (Construction of a bridge)
24 - 25
16. Inspections and Tests (Ship Building) 26
17. Specification ( Supply of offset printing paper)
26
18. Inspection of goods ( Late delivery of goods)
27
19. Quality Control 28
20. Short Term Tender 29
21. Validity of the Tenders During extended period
30 – 31
22. Minimum time for submission of Tender 32 - 33
23. Authorization to Reduce Minimum time for Tender Submission
34
24. Extension of the period of Contract 35 – 36
25 Outsourcing of Hostel Cooks: (Proper execution of Contract conditions)
36 - 39
26. Tender Accepting Authority & Tender Scrutiny Committee
39 - 42
27. Functions of tender Scrutiny Committee 43 - 44
28. Fraudulent payment on de-silting works executed by a corporation
44 – 45
29. Fishing rights of a tank 46
30. Purchase of spot billing machine (Type of procurement not mentioned)
47
31. Single source 48 – 49
32. Fraudulent claim of M/R bills 49 – 50
33. Embezzlement of Scholarship Amount 51 – 52
34. Healthy Returns: (Best practice) 53 – 54
35. A case on Consultancy services 55 – 61
36. Criteria for rejection of tenders 62 – 63
37. Negotiation 64 – 65
38. Procurement of bicycles in excess of requirement
65
39. Procurement of Goods and services – Out sourcing of men
66
40. Procurement of Goods (Schedule of requirements)
67 - 69
41. Non payment of rent 69 - 70
42. Non-submission of NDC bills 71
43. Statutory deductions 72
44. Risk Purchase: (Short supply of Goods) 73
45. Risk Purchase (Cancellation of Contract)
74
46. Surveys 74
47. Qualification of bidders and bid capacity (Works)
75 - 76
48. Qualification of bidders and bid capacity (Goods)
77 – 78
49. Qualification of bidders and bid capacity (Cancellation of Contract)
79
50. Qualification of bidders and bid capacity (failure of execution of contract)
80
Essentials of
KTPP Act & Rules
K. Srinivasa Consultant (Financial Management)
ATI, Mysore
Title and Commencement
• The Karnataka Transparency in Public Procurement Act, 1999
• W.E.F 4-10-2000
• The Karnataka Transparency in Public Procurement Rules 2000
• W.E.F 24-10-2000
Objective of the Act
• To Provide for ensuring transparency in
Public Procurement, by streamlining the Procedure in
• Inviting
• Opening
• Acceptance or Rejection Of tenders by Procurement Entities
Procurement Entities
• Government Departments, a State Government undertaking, Local Authority or Board, Body or corporation established by or under any Law and owned or controlled by the Government, any other body or Authority owned or controlled by the Government.
Public Procurement
Means :
• Obtaining Goods and Services
• Execution of Works
• Consultancy Services
Provisions not to apply sec. 3
• Project funded by international financial agencies
• Projects covered under international agreements
Exceptions to applicability
Sec-4
• During calamity / Emergency Sec-4 (a)
• Single Source Sec-4 (b)
• Additional Supplies from same supplier for reasons of standardization and compatibility
Sec-4 (c)
• Procurement from certain Departments of Government, PSU and other institutions and such goods or services provided by them for a period specified by Government from the commencement of this Act. Sec-4 (d)
• Where the value of works does not exceed 5 lakhs.
• Goods and services does not exceed 1 lakh.
• For G.P. mini water scheme and construction of school building does not exceed 2 lakhs.
Sec-4 (e)
• DGS &D Sec-4 (f)
• In respect of specific procurement as may be notified by the Government from time to time. Sec-4 (g)
• Spot purchase Sec-4 (h)
Regulation of Procurement
• Procurement other than by tender is prohibited. Sec.5
• Procurement entities to follow procedure as laid down in Act & Rules Sec.6
Tender Bulletin
• Dist Tender Bulletin officer
–Deputy Commissioner
• State Tender Bulletin officer
–Deputy secretary to the concerned Department
Publication
• Notice inviting Tenders or decisions on Tenders shall be published within the prescribed time. Sec.8
• NIT will be Published in the District, where the H.Q of TIA is Located.
• If the value of Procurement is Rs. 1.00 crore and above it shall also publish in the STB.
Rule 8
• NIT will not be invalidated merely on the grounds that it has not published in news papers Rule 6
• If TIA is a Sec to Government /Head of the Department, Chief Executive of a PSU, university, board, apex co-operative institution then it shall be published in STB as well as DTB irrespective of monetary limit.
Rule 7
Tender Inviting Authority and Tender
Accepting Authority
The P.E may by order appoint :
• One or more officers or committee of officers as TIA for any Specified area / specified procurement or specified class of goods and services.
• One or more officers or a committee of officers to be the TAA for any Specified area / specified procurement or specified class of goods and services. Sec. 9
Tender Scrutiny Committee
• TAA shall constitute TSC where the value of Tender exceeds 5 crores in respect of PW & irrigation Department and Minor irrigation Department and 1 crore in respect of all other Departments. Rule. 20
Duties of TIA
• To take out NIT in the prescribed manner
• To communicate the NIT to TBO.
• To cause publication of NIT in the prescribed manner.
• To supply the schedule of rates and Tender Document to every intending tenderers.
• The TIA shall collect all details received in response to the NIT and open the tenders or forward to the authority authorised to open the tenders Sec. 12
Notice Inviting Tender
Rule 9
• Name and Address of P.E and Designation
and Address of TIA.
• Name of the Project
• Specify the place and last date for issuing Tender document.
• EMD
• Last date, time, place of Receipt of Tenders (Ensure the min. prescribed period)
• The date, time and place for opening of Tenders.
Min Time for Submission of Tenders
Rule 17
• For tenders upto Rs. 2 crores, 30 days and (b)
For tender above 2 crores 60 days the TIA shall ensure that a min time is allowed between date of publication of NIT in the Tender Bulletin and the last date for submission of tenders. Rule 17 (1)
• Any reduction in time stipulated under sub rule (1) has to be specifically authorized by an authority superior to the TIA for reasons to be recorded in writing. Rule 17 (2)
Technical Specification
Section-11
• Detailed Description of what is proposed to
be procured.
• Use of Brand names shall be avoided, ISI number shall be incorporated.
Construction:
• Detailed estimates as per schedule of rates as revised from time to time.
Commercial Condition
• EMD: DD, Small Savings Instrument • Bankers Cheque • Valid for 45 days after Minimum Validity period • Minimum Validity period for prices quoted is 90
days. • PSD 5% • Liquidated damages for non fulfillment of terms
of contract. • Quantity proposed to purchase may vary 25%
either way at the time of contract.
Opening of Tender
Rule 18,19 • The tender will be opened in the place and time
as indicated in NIT.
• All the tenders received in time shall be counted and opened.
• Corrections shall be noticed and recorded.
• Read out the name and quoted prices.
• EMD
• Minutes of the tender opening shall be recorded and signature obtained.
Evaluation
Rule 24
• TIA shall cause an initial examination to determine the substantial responsiveness of tenderes. Rule 24 (1)
The following factors shall be considerded:
Rule 24(2)
• Meets eligibility criteria. Rule 24 (a)
• Crucial documents have duly signed Rule 24 (b)
• EMD furnished Rule 24 (c)
• Technical specification, including Testing of samples. Rule 24 (d)
• Tender may be rejected if any of the clauses above are not fulfilled.
Determination of Lowest evaluated price
Rule 25
• Arithmetical errors. • In case of discrepancy between prices quoted in
words and figures, Lower of the two shall be considered.
• TIA will prepare detailed evaluation report. TAA after Acceptance send the report for publication in Tender Bulletin and communicate to successful bidder and asked to sign contract of Agreement within 21 days from the date of receipt of communication.
Negotiation
Sec. 13
• Negotiation with L-1 only
(Lowest evaluated responsive bid)
• Compare with market rate.
(For same brand and specification)
• Negotiation committee.
• Rejection of Tender
General Rejection of Tenders Sec. 14
• The TAA may at any time before passing an order of acceptance may reject all the tenders on the ground of :
• Changes in the scope of procurement
• Budget not received
• Calamities
• Accidents
• Or any other grounds which would render the procurement impossible or unnecessary and report the same to PE
Two Cover System
Rule 28
• Tenders exceeding Rs. 50 lakhs in value,
where prequalification are not followed, two cover system shall be adopted.
• First cover- Technical bid.
• Second cover- Finance bid.
Power to call for records sec. 18
• The govt. at any time to ensure transparency call upon any authority under the act:
• To produce records of invitations, processing and acceptance of tenders
• To produce tender documents, estimates, and accounts
• Any specific point incidental to the procurement.
Penalty sec. 23
• Who ever contravenes the provisions of this act or the rules shall be punishable for imprisonment for three years and with fine up to five thousand rupees
Audit– Role of C&AG
&
Compliance to Audit
1
COMPTROLLER
&
AUDITOR GENERAL OF INDIA
CAG Constitutional Authority (Art 148)
Sole (independent) authority entrusted with the
responsibility of audit of accounts of the Union
and of the States. (149)
2
CONTD..
CAG duties, powers and conditions of service are
governed through an act passed by the parliament
in 1971 known as C&AG’s DPC Act 1971(Act
56 of 1971)
3
AUDIT
CAG submits Appropriation Accounts & Audit Reports in respect of Central Government to President and in respect of State Governments to Governor(ART 151)
Expenditure from the Consolidated Fund of India and of the State and Union Territory having legislative assembly (Sn. 13)
Any body or authority even though not substantially financed, the audit of which may be entrusted to the C&AG(Sn.14)
Grants and loans given by Government to bodies and authorities for specific purposes (Sn.15)
4
CONTD..
Receipts of Union or of States (Sn.16)
Accounts of stores and stock kept in Government department ( Sn.17)
Government companies as per the provisions of the Companies Act, 1956 (Sn. 19)
Corporations established by or under laws made by Parliament /Legislature (Sn.19)
Authorities and bodies substantially financed from the Government (Sn.20)
Entrusted audit (Sn. 20)
5
CORE VALUES OF CAG AUDIT
Core values which are guiding beacons for all
that C & AG does & gives benchmarks for
assessing performance
• Independence • Objectivity • Integrity
• Reliability
• Professional Excellence• Transparency
• Positive Approach
9/26/2014
6
GENERAL PRINCIPLES OF AUDIT
To provide an unbiased, impartial and objective
assessment of the reliability and fair presentation of
financial activities
To provide an assessment of due observance of laws,
rules, procedures and systems
Assessment of the achievement of value of money in
the implementation of mandated activities
To ensure legality, regularity, economy, efficiency,
effectiveness of Fin. Mgt.& public administration.
7
9/26/2014
TYPES OF AUDIT
Financial Audit
Compliance Audit/Regularity audit
Performance Audit
Social Audit
Information Technology Audit
Environment Audit
8
SCOPE AND EXTENT OF AUDIT
Authority to decide scope and extent of audit (sn.
23)
SCOPE
CAG is the sole authority to decide
Includes all category of audit – including internal
control
Can undertake audit of any transaction,
programme or organisation
9
CONTD..
Extent of audit
Power to dispense with detailed audit (Sn.24)
Special audit
-Approval of Secretary to Government.
-Justification/reasons
-Period to be covered
-CAG’s decision is final
10
COMMUNICATION OF RESULTS OF
AUDIT Through Audit Notes/Enquiries, Inspection
Reports
Maintenance of record of audit observations by the institutions
Initiation of action for settlement of audit observations not to wait for receipt of inspection report
11
INTERNAL AUDITING
GOVERNANCE, RISK AND CONTROL
BASIC CONCEPTS
Internal audit an independent appraisal function
established within organisation to examine and
evaluate its activities as a service to the organisation.
Objective assurance and consulting activity to add
value and improve organisation’s operation.
Helps to accomplish objectives, disciplined approach
to evaluate and improve the effectiveness of risk
management, control and governance process
OBJECTIVES OF IA
Objectives are:
Verification of the accuracy and authenticity of the financial, accounting and statistical records.
Ascertaining that accepted accounting policies& practices have been followed while preparing the financial accounts.
Assets are purchased or disposed and access to assets is restricted to the authorized persons at the authorized times
Liabilities are incurred for the legitimate
activities of the organisation.
Internal check system operating in the
organisation is sound and economical.
Frauds and errors are prevented and detected.
RECOMMENDATIONS OF IA
Internal audit should assess and make appropriate
recommendations for improving the governance
process of following objectives:
Promoting appropriate ethics and values within
organisation;
Ensuring effective organisational performance
Effectively communicating risk and control
information in appropriate areas of the
organisation,
Effectively coordinating the activities of and
communicating information among board,
external audit and internal auditors and
management.
AUDIT REPORT AND INTERNAL AUDIT
Under sub section (4A) of section 227 of the
Companies Act 1956 Central Govt. has issued
order dated 12 Jun 2003 which prescribes that
company auditors as per clause 4(1w) of the
order have to make a report on the adequacy of
internal control system
INTERNAL AUDIT AND CERTIFICATION PROCESS
Three roles in certification process any one of which can be played by IA:
1. Traditional role: Monitoring of compliance activities and reporting of management’s performance
2. Active participation and monitoring role: Assuming active role that sees consulting on a range of issues designed to add value to the organisation’s certification process including:
Liaising between external auditor and management
Assisting in the development and training of personnel involved in conducting certification documentation and testing;
Performing quality assurance reviews of documentation and testing;
Conducting ongoing monitoring of testing and remediation activities
IA to report their results to management to ensure appropriate levels of independence and objectivity
3 Management assertion testing role: Internal
auditors becomes key contributors to
management testing process in more
complex areas such as entity controls.
External auditors place high reliance if the
internal audit function is deemed to be
competent and independent
4 Irrespective of the role of internal auditor in
certification process he has much broader
role in anti fraud programme and risk
management.
INTERNAL AUDITOR & EXTERNAL AUDITOR
AAS-7 prescribes while relying on the work of
internal auditor the external auditor has to
evaluate the IA functioning to determine its
relevancy regarding:
Timing and extent of audit procedures
Nature of audit.-
RISK BASED INTERNAL AUDIT
Risk is a set of circumstances that hinder the
achievement of objectives.
ISO defines risk as the combination of the
probability of an event and its consequences.
Risk cannot be avoided but it has to be
managed.
Internal control is a process which manages a
risk
Management of an organiosation responsible for:
Identifying risks
Assessing the risks ensuring that there is an appropriate response to all risks.
Informing the board about risks which are outside acceptable levels.
Assuring the organisation’s executive that it is monitoring the system of internal control which brings the remaining risk to within acceptable levels.
Internal auditing provides an independent and objective opinion whether risks are managed to acceptable levels
AUDIT RISKS
Audit Risk is that the auditor gives an
inappropriate opinion when the financial
statements materially misstated.
AAS-6 identifies following components of Audit
Risks;
1. Inherent Risk
2. Control Risk
3. Detection Risk
The management
of an organisation
have
A risk is a set of
circumstances that
hinder the
achievement of
objectives
An internal control
is a process which
manages a risk
Objectives
The main aim of internal
auditing is to assist the
organisation to achieve its
objectives
Internal Auditing provides
an independent and objective
opinion to an organisation’s
management
Annexure I
K/G - 1 GOVERNMENT OF KARANATAKA
——————————————— (Name of organization) ——————————————— ——————————————— (Address) Telephones:———— Fax: ————
TENDERS FOR THE SUPPLY OF ———— GOODS/EQUIPMENT
TENDER REFERENCE : DATE OF COMMENCEMENT OF SALE OF TENDER DOCUMENT : LAST DATE FOR SALE OF TENDER DOCUMENT : * LAST DATE AND TIME FOR RECEIPT OF TENDERS : TIME AND DATE OF OPENING OF TENDERS : PLACE OF OPENING OF TENDERS : ADDRESS FOR COMMUNICATION :
* Should be the same as for the deadline for receipt of tenders or promptly thereafter
K/G – 1 Goods/Equipment /Open tenders/Less than Rs.10 lakhs
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
2
TENDERS FOR THE SUPPLY OF ———— GOODS/EQUIPMENT
SECTION I. INVITATION FOR TENDERS (IFT) Date : IFT No. : 1. The .................................... (Purchaser) invites tenders from eligible tenderers for the supply of the goods listed below: 2. The tenderers may submit tenders for any or all of the goods given above. Tenderers are advised to note the qualification criteria specified in Section VII to qualify for award of the contract. 3. Tender documents (and additional copies) may be purchased from the office of.............. ................................ from ...........to..........,during office hours, for a non-refundable fee (two sets)of Rs………….. (Rupees ……………………………………………………………….), in the form of cash or Demand Draft/Pay Order on any Nationalized/ Scheduled bank payable at................ in favour of...... .................... Interested tenderers may obtain further information at the same address. Tender documents requested by mail will be dispatched by registered/speed post on payment of an extra amount of Rs........... The .......................... will not be held responsible for the postal delay if any, in the delivery of the documents or non-receipt of the same. 4. Tenders must be accompanied by earnest money deposit of the amount specified in the tender document, drawn in favour of.......................... Earnest money deposit will have to be in any one of the forms as specified in the Tender document and shall have to be valid for 45 days beyond the validity of the tender. 5. Tenders must be delivered to................................................................. on or before.........hours on ............. (date) and will be opened on the same day at...........hours, in the presence of the tenderers or their authorized representatives who wish to attend. If the office happens to be closed on the date of receipt of the tenders as specified, the tenders will be received and opened on the next working day at the same time and venue. 6. Other details can be seen in the tender documents.
SECTION II: INSTRUCTIONS TO TENDERERS
TABLE OF CLAUSES Clause Topic Page No. Number No. A. Introduction 1. Eligible Tenderer 4 B. Tender Documents 2. Contents of Tender Documents 4 3. Amendment of Tender Documents 4 C. Preparation of Tenders 4. Language of Tender 4 5. Documents Comprising the Tender 4 6.. Tender Form 5 7. Tender Prices 5 8. Tender Currency 5 9. Documents Establishing Tenderer’s Qualifications 5 10. Documents Establishing Goods Conformity to Tender Documents 6 11. Earnest Money Deposit 6 12. Period of Validity of Tenders 7 13. Format and Signing of Tender 7
D. Submission of Tenders
14 Sealing and Marking of Tenders 7 15 Deadline for submission of Tenders 7 16. Late Tenders 8 17 Modification and Withdrawal of Tenders 8
E. Tender Opening and Evaluation of Tenders
18 Opening of Tenders by the Purchaser 8 19 Preliminary Examination 8 20 Evaluation and Comparison of Tenders 9
F. Award of Contract
21 Post-qualification 10 22 Award Criteria 10 23 Purchaser’s Right to Vary Quantities at Time of Award 10 24 Purchaser’s Right to Accept any Tender and to Reject any or all Tenders 10 25 Notification of Award 10 26 Signing of Contract 11 27 Performance Security 11
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
4SECTION II: INSTRUCTIONS TO TENDERERS
A. Introduction
1. Eligible Tenderers 1.1 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by
Government of Karnataka B. The Tender Documents 2. Contents of Tender Documents 2.1 The goods required, tendering procedures and contract terms are prescribed in the tender documents. In addition
to the Invitation for Tenders, the tender documents include: (a) Instruction to Tenderers (ITT) ; (b) General Conditions of Contract (GCC) ; (c) Special Conditions of Contract (SCC) ; (d) Schedule of Requirements; (e) Technical Specifications; (f) Tender Form and Price Schedules; (g) Earnest money deposit Form; (h) Contract Form; (i) Performance Security Form; (k) Manufacturer’s Authorization/Guarantee Form 2.2 The Tenderer is expected to examine all instructions, forms, terms, and specifications in the tender documents.
Failure to furnish all information required by the tender documents or submission of a tender not substantially responsive to the tender documents in every respect will be at the Tenderer’s risk and may result in rejection of its tender.
3. Amendment of Tender Documents 3.1 At any time prior to the deadline for submission of tenders, the Purchaser may, for any reason, whether at its
own initiative or otherwise, modify the tender documents by amendment. 3.2 All prospective tenderers who have received the tender documents will be notified of the amendment in writing
or by cable or by fax, and will be binding on them. 3.3 In order to allow prospective tenderers reasonable time in which to take the amendment into account in
preparing their tenders, the Purchaser, at its discretion, may extend the deadline for the submission of tenders.
C. Preparation of Tenders 4. Language of Tender 4.1 The tender prepared by the Tenderer, as well as all correspondence and documents relating to the tender
exchanged by the Tenderer and the Purchaser, shall be written in Kannada language. Supporting documents and printed literature furnished by the Tenderer may be in another language provided they are accompanied by an accurate translation of the relevant passages in Kannada language in which case, for purposes of interpretation of the Tender, the translation shall govern.
5. Documents Comprising the Tender 5.1 The tender prepared by the Tenderer shall comprise the following components: (a) A Tender Form and a Price Schedule completed in accordance with ITT Clauses 6, 7 and 8;
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
5 (b) Documentary evidence established in accordance with ITT Clause 9 that the Tenderer is eligible
to tender and is qualified to perform the contract if its tender is accepted; (c) Documentary evidence established in accordance with ITT Clause 10 that the goods and ancillary
services to be supplied by the Tenderer conform to the tender documents; and (d) Earnest money deposit furnished in accordance with ITT Clause 11. 6. Tender Form 6.1 The Tenderer shall complete the Tender Form and the Price Schedule furnished in the tender documents,
indicating the goods to be supplied, a brief description of the goods, quantity and prices. 7. Tender Prices 7.1 The Tenderer shall indicate on the Price Schedule the unit prices and total tender prices of the goods it proposes
to supply under the Contract. To this end, the tenderers are allowed the option to submit the tenders for any one or more schedules specified in the ‘Schedule of Requirements’ and to offer discounts for combined schedules. However, tenderers shall quote for the complete requirement of goods and services specified under each schedule on a single responsibility basis, failing which such tenders will not be taken into account for evaluation and will not be considered for award
7.2 Prices indicated on the Price Schedule shall be entered separately in the following manner:
(i) the price of the goods, quoted (ex-works, ex-factory, ex-showroom, ex-warehouse, or off-the-shelf, as applicable), including all duties and sales and other taxes already paid or payable
a. on components and raw material used in the manufacture or assembly of goods quoted ex-works or ex-factory; or
b. on the previously imported goods of foreign origin quoted ex-showroom, ex-warehouse or off-the-shelf.
(ii) any Indian duties, sales and other taxes which will be payable on the goods if this Contract is awarded; (iii) the price for inland transportation, insurance and other local costs incidental to delivery of the goods to
their final destination; and (iv) the price of other incidental services listed in Clause 4 of the Special Conditions of Contract 7.3 Prices quoted by the Tenderer shall be fixed during the Tenderer’s performance of the Contract and not subject
to variation on any account. A tender submitted with an adjustable price quotation will be treated as non-responsive and rejected, pursuant to ITT Clause 19.
8. Tender Currency 8.1 Prices shall be quoted in Indian Rupees: 9. Documents Establishing Tenderer's Eligibility and Qualifications 9.1 Pursuant to ITT Clause 5, the Tenderer shall furnish, as part of its Tender, documents establishing the
Tenderer’s eligibility to tender and its qualifications to perform the Contract if its tender is accepted 9.2 The documentary evidence of the Tenderer's qualifications to perform the Contract if its tender is accepted, shall
establish to the Purchaser's satisfaction: (a) that, in the case of a Tenderer offering to supply goods under the contract which the Tenderer did not
manufacture or otherwise produce, the Tenderer has been duly authorized (as per authorization form in Section XIII) by the goods' Manufacturer or producer to supply the goods in India or is a Authorized Dealer of the Goods.
(The item or items for which Manufacturer’s Authorization is required should be specified)
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
6 (b) that the Tenderer has the financial, technical, and production capability necessary to perform the Contract
and meets the criteria outlined in the Qualification requirements specified in Section VII. 10. Documents Establishing Goods' Conformity to Tender Documents 10.1 Pursuant to ITB Clause 5, the Tenderer shall furnish, as part of its tender, documents establishing the
conformity to the tender documents of all goods and services which the tenderer proposes to supply under the contract..
10.2 The documentary evidence of conformity of the goods and services to the tender documents may be in the form
of literature, drawings and data, and shall consist of : (a) A detailed description of the essential technical and performance characteristics of the goods ;
(b) A list giving full particulars, including available sources and current prices, of spare parts, special tools, etc., necessary for the proper and continuing functioning of the goods for a period of two years, following commencement of the use of the goods by the Purchaser;
11. Earnest Money Deposit 11.1 Pursuant to ITT Clause 5, the Tenderer shall furnish, as part of its tender, earnest money deposit in the amount
as specified in Section-V - Schedule of Requirements. 11.2 The earnest money deposit is required to protect the Purchaser against the risk of Tenderer's conduct which
would warrant the security's forfeiture, pursuant to ITB Clause 11.7. 11.3 The earnest money deposit shall be denominated in Indian Rupees and shall: (a) at the tenderer’s option, be in the form of either a certified check, pay order, a demand draft, from a
nationalized/Scheduled Bank located in India; specified small savings instruments; and
(b) remain valid for a period of 45 days beyond the original validity period of tenders, or beyond any period of extension subsequently requested under ITT Clause 12.2.
11.4 Any tender not secured in accordance with ITT Clauses 11.1 and 11.3 above (unless the category of tenderer
has been specifically exempted by the Government) will be rejected by the Purchaser as non-responsive, pursuant to ITT Clause 19.
11.5 Unsuccessful Tenderer's tender securities will be discharged/returned as promptly as possible but not later than
30 days after the expiration of the period of tender validity prescribed by the Purchaser, pursuant to ITT Clause 12.
11.6 The successful Tenderer's earnest money deposit will be discharged upon the Tenderer signing the Contract,
pursuant to ITT Clause 26, and furnishing the performance security, pursuant to ITT Clause 27. 11.7 The earnest money deposit may be forfeited:
(a) if a Tenderer
(i) withdraws its tender during the period of tender validity specified by the Tenderer on the Tender Form; or
(ii) does not accept the correction of errors pursuant to ITT Clause 19.3; or (b) in case of a successful Tenderer, if the Tenderer fails: (i) to sign the Contract in accordance with ITT Clause 26; or (ii) to furnish performance security in accordance with ITT Clause 27.
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
7
12.2
12. Period of Validity of Tenders 12.1 Tenders shall remain valid for 90 days after the deadline for submission of tenders prescribed by the Purchaser,
pursuant to ITB Clause 15. A tender valid for a shorter period shall be rejected by the Purchaser as non-responsive.
In exceptional circumstances, the Purchaser may solicit the Tenderer's consent to an extension of the period of validity. The request and the responses thereto shall be made in writing (or by cable or fax). The earnest money deposit provided under ITT Clause 11 shall also be suitably extended. A Tenderer may refuse the request without forfeiting its earnest money deposit. A Tenderer granting the request will not be required nor permitted to modify its tender.
13. Format and Signing of Tender 13.1 The Tenderer shall prepare two copies of the tender, clearly marking each "Original Tender" and "Copy
Tender", as appropriate. In the event of any discrepancy between them, the original shall govern. 13.2 The original and all copies of the tender shall be typed or written in indelible ink and shall be signed by the
Tenderer or a person or persons duly authorized to bind the tenderer to the Contract. The latter authorization shall be indicated by written power-of-attorney accompanying the tender. All pages of the tender, except for unamended printed literature, shall be initialed by the person or persons signing the tender.
13.3 Any interlineations, erasures or overwriting shall be valid only if they are initialed by the persons or persons
signing the tender.
D. Submission of Tenders
14. Sealing and Marking of Tenders 14.1 The Tenderers shall seal the original and each copy of the tender in separate inner envelopes, duly marking the
envelopes as "original" and "copy". He shall then place all the inner envelopes in an outer envelope. 14.2 The inner and outer envelopes shall: (a) be addressed to the Purchaser at the following address: --------------------------------------------------------------- ---------------------------------------------- (b) bear the Project Name, the Invitation for Tenders (IFT) title and number, and a statement "Do not open
before —— hours on ——." 14.3 The inner envelopes shall also indicate the name and address of the Tenderer to enable the tender to be returned
unopened in case it is declared "late". 14.4 If the outer envelope is not sealed and marked as required by ITT Clause 14.2, the Purchaser will assume no
responsibility for the tender’s misplacement or premature opening. 14.5 Cable or facsimile tenders will be rejected. 15. Deadline for Submission of Tenders 15.1 Tenders must be received by the Purchaser at the address specified under ITT Clause 14.2 (a) no later than the
time and date specified in the Invitation for Tenders (Section I). In the event of the specified date for the
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
8submission of Tenders being declared a holiday for the Purchaser, the Tenders will be received upto the appointed time on the next working day.
15.2 The Purchaser may, at its discretion, extend this deadline for submission of tenders by amending the tender
documents in accordance with ITT Clause 3, in which case all rights and obligations of the Purchaser and Tenderers previously subject to the deadline will thereafter be subject to the deadline as extended.
16. Late Tenders 16.1 Any tender received by the Purchaser after the deadline for submission of tenders prescribed by the Purchaser,
pursuant to ITT Clause 15, will be rejected and/or returned unopened to the Tenderer. 17. Modification and Withdrawal of Tenders 17.1 The Tenderer may modify or withdraw its tender after the tender's submission, provided that written notice of
the modification or withdrawal is received by the Purchaser prior to the deadline prescribed for submission of tenders.
17.2 The Tenderer's modification or withdrawal notice shall be prepared, sealed, marked and dispatched in
accordance with the provisions of ITT Clause 14. A withdrawal notice may also be sent by telex or cable or fax but followed by a signed confirmation copy, post marked not later than the deadline for submission of tenders.
17.3 No tender may be modified subsequent to the deadline for submission of tenders. 17.4 No tender may be withdrawn in the interval between the deadline for submission of tenders and the expiration
of the period of tender validity specified by the Tenderer on the Tender Form. Withdrawal of a tender during this interval may result in the Tenderer's forfeiture of its earnest money deposit, pursuant to ITT Clause 11.7.
E. Tender Opening and Evaluation of Tenders 18. Opening of Tenders by the Purchaser 18.1 The Purchaser will open all tenders, in the presence of Tenderers’ representatives who choose to attend, at ——
hours on —— and in the following location: ------------------------------------------------------------------------------------------------------------------------------------ The Tenderers' representatives who are present shall sign a register evidencing their attendance. In the event of
the specified date of Tender opening being declared a holiday for the Purchaser, the tenders shall be opened at the appointed time and location on the next working day.
18.2 The Tenderers’ names, tender modifications or withdrawals, tender prices, discounts, and the presence or
absence of requisite tender security and such other details as the Purchaser, at its discretion, may consider appropriate, will be announced at the opening. No tender shall be rejected at tender opening, except for late tenders, which shall be returned unopened to the Tenderer pursuant to ITT Clause 16.
18.3 Tenders (and modifications sent pursuant to ITT Clause 17.2) that are not opened and read out at tender
opening shall not be considered further for evaluation, irrespective of the circumstances. 18.4 The Purchaser will prepare minutes of the tender opening. 19. Preliminary Examination 19.1 The Purchaser will examine the tenders to determine whether they are complete, whether any computational
errors have been made, whether required sureties have been furnished, whether the documents have been
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
9properly signed, and whether the tenders are generally in order. Tenders from Agents/Authorized Dealers, without proper authorization from the manufacturer as per Section XIII, shall be treated as non-responsive.
19.2 Where the Tenderer has quoted for more than one schedule, if the earnest money deposit furnished is
inadequate for all the schedules, the Purchaser shall take the price tender into account only to the extent the tender is secured. For this purpose, the extent to which the tender is secured shall be determined by evaluating the requirement of earnest money deposit to be furnished for the schedule included in the tender (offer) in the serial order of the Schedule of Requirements of the Tender document.
19.3 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and
the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If there is a discrepancy between words and figures, the lower of the two will prevail. If the supplier does not accept the correction of errors, its tender will be rejected and its earnest money deposit may be forfeited.
19.4 The Purchaser may waive any minor informality or non-conformity or irregularity in a tender which does not
constitute a material deviation, provided such a waiver does not prejudice or affect the relative ranking of any Tenderer.
19.5 Prior to the detailed evaluation, pursuant to ITT Clause 20, the Purchaser will determine the substantial
responsiveness of each tender to the tender documents. For purposes of these Clauses, a substantially responsive tender is one which conforms to all the terms and conditions of the tender documents without material deviations. Deviations from or objections or reservations to critical provisions such as those concerning Performance Security (GCC Clause 4). Warranty (GCC Clause 12), Applicable law (GCC Clause 19), and Taxes & Duties (GCC Clause 21) will be deemed to be a material deviation. The Purchaser's determination of a tender's responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence.
19.6 If a tender is not substantially responsive, it will be rejected by the Purchaser and may not subsequently be
made responsive by the Tenderer by correction of the non-conformity. 20. Evaluation and Comparison of Tenders 20.1 The Purchaser will evaluate and compare the tenders which have been determined to be substantially
responsive, pursuant to ITT Clause 7 for each schedule separately. No tender will be considered if the complete requirements covered in the schedule is not included in the tender. However, as stated in ITT Clause 7, Tenderers are allowed the option to tender for any one or more schedules and to offer discounts for combined schedules. These discounts will be taken into account in the evaluation of the tenders so as to determine the tender or combination of tenders offering the lowest evaluated cost for the Purchaser in deciding award(s) for each schedule.
20.2 The Purchaser's evaluation of a tender will take into account in the case of goods manufactured in India or
goods of foreign origin already located in India, sales and other similar taxes, which will be payable on the goods if a contract is awarded to the Tenderer;
20.3 The Purchaser's evaluation of a tender will take into account, in addition to the tender price (Ex-factory/ex-
warehouse/off-the-shelf price of the goods, such price to include all costs as well as duties and taxes paid or payable on components and raw material incorporated or to be incorporated in the goods, and Excise duty on the finished goods, if payable) and price of incidental services, the following factors, in the manner and to the extent indicated in ITT Clause 20.4 and in the Technical Specifications:
(a) cost of inland transportation, insurance and other costs within India incidental to the delivery of the
goods to their final destination (b) the cost of components, mandatory spare parts and service; 20.4 Pursuant to ITT Clause 20.3, one or more of the following evaluation methods will be applied:
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
10 (a) Inland Transportation, Insurance and Incidentals: (i) Inland transportation, insurance and other incidentals for delivery of goods to the final destination
as stated in ITT Clause 7.2 (iii). The above costs will be added to the tender price. (b) Cost of Components, mandatory Spare Parts and Services: (i) Appendix ..... to the Technical Specifications lists the items and quantities of major assemblies,
components and selected items of spare parts, likely to be required during the initial .... year period of operation of the equipment. The total cost of these items and quantities at the unit prices quoted in each bid will be added to the tender price.
F. Award of Contract 21. Postqualification 21.1 The Purchaser will determine to its satisfaction whether the Tenderer that is selected as having submitted the
lowest evaluated responsive tender meets the criteria specified in ITT Clause 9.2 (b) and is qualified to perform the contract satisfactorily.
21.2 The determination will take into account the Tenderer's financial, technical and production capabilities. It will
be based upon an examination of the documentary evidence of the Tenderer's qualifications submitted by the Tenderer, pursuant to ITT Clause 9, as well as such other information as the Purchaser deems necessary and appropriate.
21.3 An affirmative determination will be a prerequisite for award of the Contract to the Tenderer. A negative
determination will result in rejection of the Tenderer's tender, in which event the Purchaser will proceed to the next lowest evaluated tender to make a similar determination of that Tenderer's capabilities to perform the contract satisfactorily.
22. Award Criteria 22.1 Subject to ITT Clause 24, the Purchaser will award the Contract to the successful Tenderer whose tender has
been determined to be substantially responsive and has been determined as the lowest evaluated tender, provided further that the Tenderer is determined to be qualified to perform the Contract satisfactorily.
23. Purchaser's right to vary Quantities at Time of Award 23.1 The Purchaser reserves the right at the time of Contract award to increase or decrease by up to 25 percent of the
quantity of goods and services originally specified in the Schedule of Requirements without any change in unit price or other terms and conditions.
24. Purchaser's Right to Accept Any Tender and to Reject Any or All Tenders 24.1 The Purchaser reserves the right to accept or reject any tender, and to annul the tendering process and reject all
tenders at any time prior to contract award, without thereby incurring any liability to the affected Tenderer or Tenderers.
25. Notification of Award 25.1 Prior to the expiration of the period of tender validity, the Purchaser will notify the successful tenderer in
writing by registered letter or by cable/telex or fax, to be confirmed in writing by registered letter, that its tender has been accepted.
25.2 The notification of award will constitute the formation of the Contract.
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
1125.3 Upon the successful Tenderer's furnishing of performance security pursuant to ITT Clause 27, the
Purchaser will promptly notify the name of the winning Tenderer to each unsuccessful Tenderer and will discharge its earnest money deposit, pursuant to ITT Clause 11.
25.4 If, after notification of award, a Tenderer wishes to ascertain the grounds on which its tender was not selected, it
should address it’s request to the Purchaser. The Purchaser will promptly respond in writing to the unsuccessful Tenderer.
26. Signing of Contract 26.1 At the same time as the Purchaser notifies the successful tenderer that its tender has been accepted, the
Purchaser will send the Tenderer the Contract Form provided in the tender documents, incorporating all agreements between the parties.
26..2 Within 21 days of receipt of the Contract Form, the successful Tenderer shall sign and date the Contract and
return it to the Purchaser. 27. Performance Security 27.1 Within 21 days of the receipt of notification of award from the Purchaser, the successful Tenderer shall furnish
the performance security in accordance with the Conditions of Contract, in the Performance Security Form provided in the tender documents or in another form acceptable to the Purchaser.
27.2 Failure of the successful Tenderer to comply with the requirement of ITT Clause 26.2 or ITT Clause 27.1 shall
constitute sufficient grounds for the annulment of the award and forfeiture of the earnest money deposit, in which event the Purchaser may make the award to the next lowest evaluated Tenderer or call for new tenders.
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
12
SECTION III: GENERAL CONDITIONS OF CONTRACT TABLE OF CLAUSES
Clause Number Topic Page Number 1. Definitions 13
2. Application 13
3. Standards 13
4. Performance Security 13
5. Inspection and Tests 14
6. Packing 14
7. Delivery and Documents 14
8. Insurance 14
9. Transportation 14
10. Incidental Services 14
11. Spare Parts 15
12. Warranty 15
13. Payment 15
14. Prices 15
15. Contract Amendments 16
16. Delays in Supplier's Performance 16
17. Liquidated Damages 16
18. Termination for Default 16
19. Applicable Law 16
20. Notices 17
21. Taxes and Duties 17
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
13
SECTION III: GENERAL CONDITIONS OF CONTRACT
General Conditions of Contract 1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated: (a) "The Contract" means the agreement entered into between the Purchaser and the Supplier, as recorded in
the Contract Form signed by the parties, including all the attachments and appendices thereto and all documents incorporated by reference therein;
(b) "The Contract Price" means the price payable to the Supplier under the Contract for the full and proper
performance of its contractual obligations; (c) "The Goods" means all the equipment, machinery, and/or other materials which the Supplier is required to
supply to the Purchaser under the Contract; (d) "Services" means services ancillary to the supply of the Goods, such as transportation and insurance, and
any other incidental services, such as installation, commissioning, provision of technical assistance, training and other obligations of the Supplier covered under the Contract;
(e) “GCC” means the General Conditions of Contract contained in this section. (f) “SCC” means the Special Conditions of Contract. (g) “The Purchaser” means the organization purchasing the Goods, as named in SCC. (h) “The Supplier” means the individual or firm supplying the Goods and Services under this Contract.
(i) “The Government” means the Government of Karnataka State.
(j) “The State” means the Karnataka State (k) “The Project Site”, where applicable, means the place or places named in SCC. (l) “Day” means calendar day. 2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions in other parts of the
Contract. 3. Standards 3.1 The Goods supplied under this Contract shall conform to the standards mentioned in the Technical
Specifications, and, when no applicable standard is mentioned, to the authoritative standard appropriate to the Goods' country of origin and such standards shall be the latest issued by the concerned institution.
4. Performance Security 4.1 Within 21 days of receipt of the notification of contract award, the Supplier shall furnish Performance Security to
the Purchaser for an amount of 5% of the Contract Value, valid up to 60 days after the date of completion of performance obligations including Warranty obligations. In the event of any correction of defects or replacement of defective material during the Warranty period, the Warranty for the corrected/replaced material shall be extended to a further period of 12 months and the Performance Bank Guarantee for proportionate value shall be extended 60 days over and above the initial Warranty period.
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
144.2 The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss
resulting from the Supplier's failure to complete its obligations under the Contract. 4.3 The Performance Security shall be denominated in Indian Rupees and shall be in one of the following forms: (a) A Bank guarantee, issued by a nationalized/scheduled bank in the form provided in the tender documents or
another form acceptable to the Purchaser; or (b) A cashier's check or Banker’s certified check, or crossed demand draft or pay order drawn in favour of the
Purchaser.; or (c) Specified small savings instruments duly pledged to the Purchaser. 4.4 The Performance Security will be discharged by the Purchaser and returned to the Supplier not later than 60 days
following the date of completion of the Supplier's performance obligations, including any Warranty obligations, under the Contract.
4.5 In the event of any contract amendment, the Supplier shall, within 20 days of receipt of such amendment, furnish
the amendment to the Performance Security, rendering the same valid for the duration of the Contract as amended for 60 days after the completion of performance obligations including Warranty obligations.
5. Inspections and Tests 5.1 The Purchaser or its representative shall have the right to inspect and/or to test the Goods to confirm their
conformity to the Contract specifications at no extra cost to the Purchaser. SCC and the Technical Specifications shall specify what inspections and tests the Purchaser requires and where they are to be conducted. The Purchaser shall notify the Supplier in writing in a timely manner of the identity of any representatives retained for these purposes.
5.2 Should any inspected or tested Goods fail to conform to the specifications, the Purchaser may reject the goods
and the Supplier shall either replace the rejected Goods or make alterations necessary to meet specification requirements free of cost to the Purchaser.
5.3 Nothing in GCC Clause 5 shall in any way release the Supplier from any warranty or other obligations under this
Contract. 6. Packing 6.1 The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration
during transit to their final destination as indicated in the Contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage.
7. Delivery and Documents 7.1 Delivery of the Goods shall be made by the Supplier in accordance with the terms specified by the Purchaser in
the Notification of Award along with supporting documents. 8. Insurance 8.1 The Goods supplied under the Contract shall be fully insured against loss or damage during transportation,
storage and delivery. . 9. Transportation 9.1 Where the Supplier is required under the Contract to transport the Goods to a specified place of destination
within the State defined as Project site, transport to such place of destination in State including insurance, as shall be specified in the Contract, shall be arranged by the Supplier, and the related cost shall be included in the Contract Price
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
15 10. Incidental Services 10.1 The supplier may be required to provide any or all of the following services, including additional services, if any,
specified in SCC: (a) performance or supervision of the on-site assembly and/or start-up of the supplied Goods; (b) furnishing of tools required for assembly and/or maintenance of the supplied Goods; (c) furnishing of detailed operations and maintenance manual for each appropriate unit of supplied Goods; (d) performance or supervision or maintenance and/or repair of the supplied Goods, for a period of time agreed
by the parties, provided that this service shall not relieve the Supplier of any warranty obligations under this Contract; and
(e) training of the Purchaser's personnel, at the Supplier's plant and/or on-site, in assembly, start-up, operation,
maintenance and/or repair of the supplied Goods. 10.2 Prices charged by the Supplier for incidental services, shall be included in the Contract Price for the Goods. 11. Spare Parts 11.1 As specified in the SCC, the Supplier may be required to provide , notifications, and information pertaining to
spare parts manufactured or distributed by the Supplier, such spare parts as the Purchaser may elect to purchase from the Supplier, providing that this election shall not relieve the Supplier of any warranty obligations under the Contract; and
11.2 The Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spares for the Goods,
such as gaskets, plugs, washers, belts etc. Other spare parts and components shall be supplied as promptly as possible but in any case within 3 months of placement of order.
12. Warranty 12.1 The Supplier warrants that the Goods supplied under this Contract are new, unused, of the most recent or current
models and that they incorporate all recent improvements in design and materials unless provided otherwise in the Contract. The Supplier further warrants that all Goods supplied under this Contract shall have no defect arising from design, materials or workmanship or from any act or omission of the Supplier, that may develop under normal use of the supplied Goods in the conditions prevailing in the State.
12.2 This warranty shall remain valid for ….. hours of operation or 12months after the Goods or any portion thereof
as the case may be, have been delivered to and accepted at the final destination indicated in the Contract, or for 18 months after the date of shipment from the place of loading whichever period concludes earlier.
13. Payment 13.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified in the
SCC. 13.2 The Supplier's request(s) for payment shall be made to the Purchaser in writing, accompanied by an invoice
describing, as appropriate, the Goods delivered and the Services performed, and by documents, submitted pursuant to GCC Clause 7, and upon fulfillment of other obligations stipulated in the contract.
13.3 Payments shall be made promptly by the Purchaser but in no case later than sixty (90) days after submission of
the invoice or claim by the Supplier. 13.4 Payment shall be made in Indian Rupees.
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
16 14. Prices 14.1 Prices payable to the supplier as stated in the contract shall be firm during the performance of the contract. 15. Contract Amendments 15.1 No variation in or modification of the terms of the Contract shall be made except by written amendment signed
by the parties. 16. Delays in the Supplier's Performance 16.1 Delivery of the Goods and performance of the Services shall be made by the Supplier in accordance with the
time schedule specified by the Purchaser in the Schedule of Requirements. 16.2 If at any time during performance of the Contract, the Supplier or its sub-contractor(s) should encounter
conditions impeding timely delivery of the Goods and performance of Services, the Supplier shall promptly notify the Purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Purchaser shall evaluate the situation and may, at its discretion, extend the Supplier’s time for performance with or without liquidated damages, in which case the extension shall be ratified by the parties by amendment of the Contract.
16.3 A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the
imposition of liquidated damages pursuant to GCC Clause 17, unless an extension of time is agreed upon pursuant to GCC Clause 16.2 without the application of liquidated damages.
17. Liquidated Damages 17.1 If the Supplier fails to deliver any or all of the Goods or to perform the Services within the period(s) specified in
the Contract, the Purchaser shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to 0.5% of the delivered price of the delayed Goods or unperformed Services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of 10% of the Contract Price. Once the maximum is reached, the Purchaser may consider termination of the Contract pursuant to GCC Clause 18.
18. Termination for Default 18.1 The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice of default
sent to the Supplier, terminate the Contract in whole or part: (a) if the Supplier fails to deliver any or all of the Goods within the period(s) specified in the Contract, or
within any extension thereof granted by the Purchaser pursuant to GCC Clause 16; or (b) if the Supplier fails to perform any other obligation(s) under the Contract. (c) If the Supplier, in the judgement of the Purchaser has engaged in corrupt or fraudulent practices in
competing for or in executing the Contract. 18.2 In the event the Purchaser terminates the Contract in whole or in part, pursuant to GCC Clause 18.1, the
Purchaser may procure, upon such terms and in such manner as it deems appropriate, Goods or Services similar to those undelivered, and the Supplier shall be liable to the Purchaser for any excess costs for such similar Goods or Services. However, the Supplier shall continue the performance of the Contract to the extent not terminated.
19. Applicable Law 19.1 The Contract shall be interpreted in accordance with the laws of the Union of India.
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
17 20. Notices 20.1 Any notice given by one party to the other pursuant to this Contract shall be sent to other party in writing or by
cable, or facsimile and confirmed in writing to the other Party’s address specified in SCC. 20.2 A notice shall be effective when delivered or on the notice's effective date, whichever is later. 21. Taxes and Duties 21.1 Suppliers shall be entirely responsible for all taxes (including Sales tax), duties, license fees, octroi, road permits,
etc., incurred until delivery of the contracted Goods to the Purchaser.
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
18
SECTION IV: SPECIAL CONDITIONS OF CONTRACT
TABLE OF CLAUSES Item No. Topic Page Number 1. Definitions (GCC Clause 1) 19 2. Inspection and Tests (GCC Clause 5) 19 3. Delivery and Documents (GCC Clause 7) 19 4. Incidental Services (GCC Clause 10) 19 5. Payment (GCC Clause 13) 19 6. Notices (GCC Clause 20) 20
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
19
SECTION IV:SPECIAL CONDITIONS OF CONTRACT
Special Conditions of Contract The following Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever
there is a conflict, the provisions herein shall prevail over those in the General Conditions of Contract. The corresponding clause number of the General Conditions is indicated in parentheses.
1. Definitions (GCC Clause 1) (a) The Purchaser is ...............................................
(b) The Supplier is ................................................ 2. Inspection and Tests (GCC Clause 5) The following inspection procedures and tests are required by the Purchaser: _________________________________________________________ _________________________________________________________ _________________________________________________________ _________________________________________________________ 3. Delivery and Documents (GCC Clause 7) Upon delivery of the Goods, the supplier shall furnish to the Purchaser the following documents: (i) One Original and two Copies of the Supplier invoice showing contract number, goods' description,
quantity, unit price, total amount; (iii) One Original and two Copies of packing list identifying the contents of each package;
(iv) Insurance Certificate;
(v) Manufacturer's/Supplier's warranty certificate;
(vi) Inspection Certificate issued by the nominated inspection agency, and the Supplier's factory inspection report; and
4. Incidental Services (GCC Clause 10) The following services covered under Clause 10 shall be furnished and the cost shall be included in the contract
price: ________________________________________________________ ________________________________________________________ ________________________________________________________ 5. Payment (GCC Clause 13) (i) On Delivery: Eighty percent of the contract price shall be paid on receipt of Goods and establishing that
the supplied goods broadly conform to the number and specifications of the ordered goods, and further upon submission of the documents specified in SCC Clause 3 above; and
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
20
(ii)
On Final Acceptance: the remaining twenty percent of the Contract Price shall be paid to the supplier within 30 days after the date of the acceptance certificate issued by the Purchaser’s representative for the respective delivery
6. Notices (Clause 20) For the purpose of all notices, the following shall be the address of the Purchaser and Supplier. Purchaser: ............................................. ............................................. ............................................. ............................................. Supplier: (To be filled in at the time of Contract signature) ............................................. ............................................. ............................................. .............................................
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
21
SECTION V: SCHEDULE OF REQUIREMENTS (To be inserted in the Tender Documents by the Purchaser, as applicable. The Schedule should cover, at a minimum, the required items, quantities, services, delivery period(s) and earnest money deposit (EMD).) Part - I
Serial Brief Unit Quantity Delivery EMD Number Description Schedule in Rupees ____________________________________________________________________________________________ Schedule I Delivery in _____ weeks/ months from ________* at destination (project site) Schedule II Part – II (Incidental Services) ** * The Purchaser must specify here the date from which the date of delivery schedule will start. That date
should be either the date of contract award, or the date of contract signature, as appropriate. The Tender Form should include only a cross reference to this Schedule.
** Specify the required Incidental Services.
SECTION VI - TECHNICAL SPECIFICATIONS [Notes:*
1. Text of Technical specifications to be inserted in the Tender Documents by the Purchaser, as applicable.
2. The Specifications should be drafted to permit the widest possible competition and, at the same time, present a clear statement of the required standards of workmanship, materials, and performances of the goods to be procured. Minimum Functional Specifications should be specified. Only if this is done will the objectives of economy, efficiency, and fairness in procurement is realized, responsiveness of tenders be ensured, and the subsequent task of tender evaluation facilitated.
3. Where ever the goods are covered by Bureau of Indian Standards, the reference to the Standards should be given.
4. Reference to brand name and Catalogue number should be avoided as far as possible; where un avoidable, they should be followed by the words “or at least equivalent” ]
* Delete the Notes in the final document.
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
SECTION VII : QUALIFICATION CRITERIA
(Referred to in Clause 9.2 (b) of ITT) 1. (a) The tenderer should be a manufacturer who must have manufactured, tested and supplied the
equipment (s) similar to the type specified in the ‘Schedule of Requirements’ up to at least .......% 1 of the quantity required in any one of the last 3 years. The equipments offered for supply must be of the most recent series models incorporating the latest improvements in design. The models should have been released on or after .....2 and be in satisfactory operation for ...... 3months as on date of tender opening.
(b) Tenders of tenderers quoting as authorized representative/dealer of a manufacturer, meeting with
the above requirement in full, can also be considered provided : (i) the manufacturer furnishes authorization in the prescribed format assuring full guarantee
and warranty obligations as per GCC and SCC; and (ii) the tenderer, as authorized representative/dealer , has supplied, installed and
commissioned satisfactorily at least……%4 of the quantity similar to the type specified in the Schedule of Requirements in any one of the last three years which must be in satisfactory operation for at least …. 5months on the date of tender opening.
2. The tenderer should furnish the information on all past supplies and satisfactory performance for both (a)
and (b) above, in proforma under Section XII.
1 Indicate the percentage as considered appropriate – usually not less than 80% of the requirement. 2 Indicate year of model as appropriate. 3 Specify appropriate period. 4 Indicate the percentage as considered appropriate –usually not less than 30% of requirement.
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
5 Specify appropriate period.
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
24 SECTION VIII: TENDER FORM Date :........................................ IFT No :.................................... TO: (Name and address of purchaser) Gentlemen and/or Ladies : Having examined the Tender Documents including Addenda Nos............... [insert numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver....................................................... (Description of Goods and Services) in conformity with the said tender documents for the sum of ..................... (Total tender amount in words and figures) or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this tender. We undertake, if our tender is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements. If our tender is accepted, we will obtain the guarantee of a bank in a sum equivalent to ...... percent of the Contract Price for the due performance of the Contract, in the form prescribed by the Purchaser. We agree to abide by this tender for the Tender validity period specified in Clause 12.1 of the ITT and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this tender, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”. We understand that you are not bound to accept the lowest or any tender you may receive. We clarify/confirm that we comply with the eligibility requirements as per ITT Clause 1 of the tender documents. Dated this ....... day of ............................ 19 ..... _________________________________ ___________________________________ (signature) (in the capacity of) Duly authorized to sign Tender for and on behalf of _____________________________________________________
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
25
PRICE SCHEDULE
Price for each Unit Schedule
No.
Item
Description
Quantity
and Unit Ex-
factory/Ex-
warehouse/Ex
-
showroom/off
the shelf
Excise
duty if
any
Inland
transportation
, insurance
and other
local costs
incidental to
delivery
Sales
and
other
taxes
payable
if
contract
awarde
d
Unit Price
(4+5+6+7)
Total
Price
3x5
1 2 3 4 5 6 7 8 9
Note: In case of discrepancy between unit price Total tender price in Rs (Words)……………………..
and total price, the unit price will prevail ……………………………………………………….
Signature of Tenderer ………………………………
Name and address: …………………………………
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
26
SECTION X: CONTRACT FORM
THIS AGREEMENT made the .......day of.................................., 20... Between .......................... (Name of
purchaser) of .............. (Country of Purchaser) (hereinafter called "the Purchaser") of the one part and
..................... (Name of Supplier) of ......................... (City and Country of Supplier) (hereinafter called "the
Supplier") of the other part :
WHEREAS the Purchaser is desirous that certain Goods and ancillary services viz., ..................................... (Brief
Description of Goods and Services) and has accepted a tender by the Supplier for the supply of those goods and
services in the sum of .............................. (Contract Price in Words and Figures) (hereinafter called "the Contract
Price").
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:
(a) the Tender Form and the Price Schedule submitted by the Tenderer;
(b) the Schedule of Requirements;
(c) the Technical Specifications;
(d) the General Conditions of Contract;
(e) the Special Conditions of Contract; and
(f) the Purchaser's Notification of Award. 3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the
Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy defects therein in conformity in all respects with the provisions of the Contract.
4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and
services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.
Brief particulars of the goods and services which shall be supplied/provided by the Supplier are as under: __________________________________________________________________________________________ SL. BRIEF QUANTITY TO UNIT Total DELIVERY TERMS NO. DESCRIPTION OF BE SUPPLIED PRICE Price GOODS & SERVICES __________________________________________________________________________________________
__________________________________________________________________________________________
TOTAL VALUE:
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
27DELIVERY SCHEDULE:
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
28 IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written. Signed, Sealed and Delivered by the said ..................................................... (For the Purchaser) in the presence of:....................................... Signed, Sealed and Delivered by the said ..................................................... (For the Supplier) in the presence of:.......................................
SECTION XI. PERFORMANCE SECURITY FORM To: (Name of Purchaser) WHEREAS ................................................................... (Name of Supplier) hereinafter called "the Supplier" has undertaken , in pursuance of Contract No................. dated,........... 20... to supply...................... .................................................(Description of Goods and Services) hereinafter called "the Contract". AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with the Supplier's performance obligations in accordance with the Contract. AND WHEREAS we have agreed to give the Supplier a Guarantee: THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of ................................... ........................................ (Amount of the Guarantee in Words and Figures) and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limit of ................................ (Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the ........day of...................20...... Signature and Seal of Guarantors ................................ ................................ ................................ Date......................20.... Address:........................ ................................ ................................
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
30
SECTION XII (Please see Clause 9.2 (b) of the Instructions to Tenders)
Proforma for Performance Statement for the last three years
IFT No………………. Date of Opening…………………. Time ……… Hours Name of the Firm: …………………………………………………………………………………………….. Orders placed by (Full address of Purchaser)
Order No and Date
Description and Quantity of Goods ordered
Value of Order
Date of Completion of Delivery As per contract/Actual
Remarks indicating reasons for late delivery, if any
Has the goods/ equipment been satisfactorily functioning. (Attach a Certificate from the Purchaser)
1 2 3 4 5 6 7 Signature and Seal of the Tenderer:-----------------------------------------------------------------------------
K/G-1 Goods/Equipment/Open tenders/Less than Rs.10 lakhs
31
SECTION XIII:- MANUFACTURERS' AUTHORIZATION FORM* (Please see Clause 9.2 (a) of Instructions to Tenderers)
No. dated To Dear Sir:
IFT No. We who are established and reputable manufacturers of (name and description of goods offered) having factories at (address of factory) do state that: (a) M/s (Name and address of Agent) is hereby authorized to submit a tender, and sign
the contract with you for the goods manufactured by us against the above IFT; OR (b) M/s -------------------------------(Name and address of the Authorized Dealer) is our accredited/authorized
Dealer We hereby extend our full guarantee and warranty as per Clause 12 of the General Conditions of Contract for the goods and services offered for supply by the above firm against this IFT.
Yours faithfully, (Name)
(Name of manufacturers)
Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person competent and having the power of attorney to legally bind the manufacturer. It should be included by the Tenderer in its tender.
* Modify this format suitably in case where manufacturer’s warranty and guarantee are not applicable for the
items for which tenders are invited.
Annexure II K/G - 2
GOVERNMENT OF KARANATAKA
——————————————— (Name of organization) ——————————————— ——————————————— (Address) Telephones:———— Fax: ————
TENDERS FOR THE SUPPLY OF ———— GOODS/EQUIPMENT
TENDER REFERENCE : DATE OF COMMENCEMENT OF SALE OF TENDER DOCUMENT : LAST DATE FOR SALE OF TENDER DOCUMENT : * LAST DATE AND TIME FOR RECEIPT OF TENDERS : TIME AND DATE OF OPENING OF TENDERS : PLACE OF OPENING OF TENDERS : ADDRESS FOR COMMUNICATION :
* Should be the same as for the deadline for receipt of tenders or promptly thereafter
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
K/G-2 Goods/Equipment/Open tenders/ > Rs. 10 lakhs,<50 lakhs
2
TENDERS FOR THE SUPPLY OF ———— GOODS/EQUIPMENT
SECTION I. INVITATION FOR TENDERS (IFT) Date : IFT No. : 1. The .................................... (Purchaser) invites tenders from eligible tenderers for the supply of the goods listed below: 2. The tenderers may submit tenders for any or all of the goods given above. Tenderers are advised to note the qualification criteria specified in Section VII to qualify for award of the contract. 3. Tender documents (and additional copies) may be purchased from the office of.............. ................................ from ...........to..........,during office hours, for a non-refundable fee (two sets)of Rs………….. (Rupees ……………………………………………………………….), in the form of cash or Demand Draft/Pay Order on any Nationalized/ Scheduled bank payable at................ in favour of...... .................... Interested tenderers may obtain further information at the same address. Tender documents requested by mail will be dispatched by registered/speed post on payment of an extra amount of Rs........... The .......................... will not be held responsible for the postal delay if any, in the delivery of the documents or non-receipt of the same. 4. Tenders must be accompanied by security of the amount specified in the tender document, drawn in favour of.......................... Earnest money deposit will have to be in any one of the forms as specified in the Tender document and shall have to be valid for 45 days beyond the validity of the tender. 5. Tenders must be delivered to................................................................. on or before.........hours on ............. (date) and will be opened on the same day at...........hours, in the presence of the tenderers or their authorized representatives who wish to attend. If the office happens to be closed on the date of receipt of the tenders as specified, the tenders will be received and opened on the next working day at the same time and venue. 6. Other details can be seen in the tender documents.
SECTION II: INSTRUCTIONS TO TENDERERS
TABLE OF CLAUSES Clause Topic Page No. Number No. A. Introduction 1. Eligible Tenderer 4 2. Cost of Tendering 4 B. Tender Documents 3. Contents of Tender Documents 4 4. Clarification of Tender Documents 4 5. Amendment of Tender Documents 4 C. Preparation of Tenders 6.. Language of Tender 5 7. Documents Comprising the Tender 5 8.. Tender Form 5 9. Tender Prices 5 10. Tender Currency 6 11. Documents Establishing Tenderer’s Eligibility and Qualifications 6 12. Documents Establishing Goods Eligibility and Conformity to Tender Documents 7 13. Earnest Money Deposit 7 14. Period of Validity of Tenders 8 15. Format and Signing of Tender 8
D. Submission of Tenders
16. Sealing and Marking of Tenders 8 17 Deadline for submission of Tenders 9 18. Late Tenders 9 19 Modification and Withdrawal of Tenders 9
E. Tender Opening and Evaluation of Tenders
20 Opening of Tenders by the Purchaser 9 21 Clarification of Tenders 10 22 Preliminary Examination 10 23 Evaluation and Comparison of Tenders 10 24 Contacting the Purchaser 12
F. Award of Contract
25 Post-qualification 13 26 Award Criteria 13 27 Purchaser’s Right to Vary Quantities at Time of Award 13 28 Purchaser’s Right to Accept any Tender and to Reject any or all Tenders 13 29 Notification of Award 13 30 Signing of Contract 13 31 Performance Security 14 32 Corrupt and Fraudulent Practices 14
K/G-2 Goods/Equipment/Open tenders/> Rs.10 lakhs,<50 lakhs
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
4SECTION II: INSTRUCTION TO TENDERERS
A. Introduction
1. Eligible Tenderers 1.1 Tenderers should not be associated, or have been associated in the past, directly or indirectly, with a firm or any
of its affiliates which have been engaged by the Purchaser to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods to be purchased under this Invitation of Tenders.
1.2 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by
Government of Karnataka 2. Cost of Tendering: 2.1 The Tenderer shall bear all costs associated with the preparation and submission of its tender, and ............,1
hereinafter referred to as "the Purchaser", will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the tender process.
B. The Tender Documents 3. Contents of Tender Documents 3.1 The goods required, tendering procedures and contract terms are prescribed in the tender documents. In addition
to the Invitation for Tenders, the tender documents include:
(l)
(a) Instruction to Tenderers (ITT) ; (b) General Conditions of Contract (GCC) ; (c) Special Conditions of Contract (SCC) ; (d) Schedule of Requirements; (e) Technical Specifications; (f) Tender Form and Price Schedules; (g) Earnest Money Deposit Form; (h) Contract Form; (i) Performance Security Form; (j) Performance Statement Form; (k) Manufacturer’s Authorization Form; and
Equipment and Quality Control Form 3.2 The Tenderer is expected to examine all instructions, forms, terms, and specifications in the tender documents.
Failure to furnish all information required by the tender documents or submission of a tender not substantially responsive to the tender documents in every respect will be at the Tenderer’s risk and may result in rejection of its tender.
4. Clarification of Tender Documents 4.1 A prospective Tenderer requiring any clarification of the tender documents may notify the Purchaser in writing
or by telex or cable or fax at the Purchaser's mailing address indicated in the Invitation for Tenders. The Purchaser will respond in writing to any request for clarification of the tender documents which it receives no later than 15 days prior to the deadline for submission of tenders prescribed by the Purchaser. Written copies of the Purchaser's response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective tenderers which have received the tender documents.
5. Amendment of Tender Documents
1 Give the designation of the Purchaser.
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
55.1 At any time prior to the deadline for submission of tenders, the Purchaser may, for any reason, whether at its
own initiative or in response to a clarification requested by a prospective tenderer, modify the tender documents by amendment.
5.2 All prospective tenderers who have received the tender documents will be notified of the amendment in writing
or by cable or by fax, and will be binding on them. 5.3 In order to allow prospective tenderers reasonable time in which to take the amendment into account in
preparing their tenders, the Purchaser, at its discretion, may extend the deadline for the submission of tenders.
C. Preparation of Tenders 6. Language of Tender 6.1 The tender prepared by the Tenderer, as well as all correspondence and documents relating to the tender
exchanged by the Tenderer and the Purchaser, shall be written in English language. Supporting documents and printed literature furnished by the Tenderer may be in another language provided they are accompanied by an accurate translation of the relevant passages in the English language in which case, for purposes of interpretation of the Tender, the translation shall govern.
7. Documents Constituting the Tender 7.1 The tender prepared by the Tenderer shall comprise the following components: (a) A Tender Form and a Price Schedule completed in accordance with ITT Clauses 8, 9 and 10; (b) Documentary evidence established in accordance with ITT Clause 11 that the Tenderer is eligible to
tender and is qualified to perform the contract if its tender is accepted; (c) Documentary evidence established in accordance with ITT Clause 12 that the goods and ancillary
services to be supplied by the Tenderer are eligible goods and services and conform to the tender documents; and
(d) Earnest money deposit furnished in accordance with ITT Clause 13. 8. Tender Form 8.1 The Tenderer shall complete the Tender Form and the Price Schedule furnished in the tender documents,
indicating the goods to be supplied, a brief description of the goods, their country of origin, quantity and prices. 9. Tender Prices 9.1 The Tenderer shall indicate on the Price Schedule the unit prices and total tender prices of the goods it proposes
to supply under the Contract. To this end, the tenderers are allowed the option to submit the tenders for any one or more schedules specified in the ‘Schedule of Requirements’ and to offer discounts for combined schedules. However, tenderers shall quote for the complete requirement of goods and services specified under each schedule on a single responsibility basis, failing which such tenders will not be taken into account for evaluation and will not be considered for award
9.2 Prices indicated on the Price Schedule shall be entered separately in the following manner:
(i) the price of the goods, quoted (ex-works, ex-factory, ex-showroom, ex-warehouse, or off-the-shelf, as applicable), including all duties and sales and other taxes already paid or payable
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
6 a. on components and raw material used in the manufacture or assembly of goods quoted ex-works
or ex-factory; or b. on the previously imported goods of foreign origin quoted ex-showroom, ex-warehouse or off-the-
shelf. (ii) any Indian duties, sales and other taxes which will be payable on the goods if this Contract is awarded; (iii) the price for inland transportation, insurance and other local costs incidental to delivery of the goods to
their final destination; and
(iv) the price of other incidental services listed in Clause 4 of the Special Conditions of Contract. 9.3 The Tenderer’s separation of the price components in accordance with ITT Clause 9.2 above will be solely for
the purpose of facilitating the comparison of tenders by the Purchaser and will not in any way limit the Purchaser's right to contract on any of the terms offered.
9.4 Prices quoted by the Tenderer shall be fixed during the Tenderer’s performance of the Contract and not subject
to variation on any account. A tender submitted with an adjustable price quotation will be treated as non-responsive and rejected, pursuant to ITT Clause 22.
10. Tender Currency 10.1 Prices shall be quoted in Indian Rupees: 11. Documents Establishing Tenderer's Eligibility and Qualifications 11.1 Pursuant to ITT Clause 7, the Tenderer shall furnish, as part of its Tender, documents establishing the
Tenderer’s eligibility to tender and its qualifications to perform the Contract if its tender is accepted 11.2 The documentary evidence of the Tenderer's qualifications to perform the Contract if its tender is accepted, shall
establish to the Purchaser's satisfaction: (a) that, in the case of a Tenderer offering to supply goods under the contract which the Tenderer did not
manufacture or otherwise produce, the Tenderer has been duly authorized (as per authorization form in Section XIII) by the goods' Manufacturer or producer to supply the goods in India.
(The item or items for which Manufacturer’s Authorization is required should be specified) [Note: Supplies for any particular item in each schedule of the tender should be from one
manufacturer only. Tenders from agents offering supplies from different manufacturer's for the same item of the schedule in the tender will be treated as non-responsive.]
(b) that the Tenderer has the financial, technical, and production capability necessary to perform the Contract
and meets the criteria outlined in the Qualification requirements specified in Section VII. To this end, all tenders submitted shall include the following information:
(i) The legal status, place of registration and principal place of business of the company or firm or
partnership, etc.; (ii) Details of experience and past performance of the tenderer on equipment offered and on those of
similar nature within the past three/five years2 and details of current contracts in hand and other commitments (suggested proforma given in Section XII);
2 Choose either three or five depending on the goods/equipment to be procured and the value of procurement.
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
712. Documents Establishing Goods' Eligibility and Conformity to Tender Documents 12.1 Pursuant to ITB Clause 7, the Tenderer shall furnish, as part of its tender, documents establishing the eligibility
and conformity to the tender documents of all goods and services which the tenderer proposes to supply under the contract..
12.2 The documentary evidence of conformity of the goods and services to the tender documents may be in the form
of literature, drawings and data, and shall consist of : (a) a detailed description of the essential technical and performance characteristics of the goods ;
(b) a list giving full particulars, including available sources and current prices, of spare parts, special tools, etc., necessary for the proper and continuing functioning of the goods for a period of two years, following commencement of the use of the goods by the Purchaser; and
(c) an item-by-item commentary on the Purchaser's Technical Specifications demonstrating substantial responsiveness of the goods and services to those specifications or a statement of deviations and exceptions to the provisions of the Technical Specifications.
12.3 For purposes of the commentary to be furnished pursuant to ITT Clause 12.2(c) above, the Tenderer shall note
that standards for workmanship, material and equipment, and references to brand names or catalogue numbers designated by the Purchaser in its Technical Specifications are intended to be descriptive only and not restrictive. The Tenderer may substitute alternative standards, brand names and/or catalogue numbers in its tender, provided that it demonstrates to the Purchaser's satisfaction that the substitutions ensure substantial equivalence to those designated in the Technical Specifications.
13. Earnest Money Deposit 13.1 Pursuant to ITT Clause 7, the Tenderer shall furnish, as part of its tender, earnest money deposit in the amount
as specified in Section-V - Schedule of Requirements. 13.2 The earnest money deposit is required to protect the Purchaser against the risk of Tenderer's conduct which
would warrant the security's forfeiture, pursuant to ITB Clause 13.7. 13.3 The earnest money deposit shall be denominated in Indian Rupees and shall: (a) at the tenderer’s option, be in the form of either a certified check, pay order, letter of credit, a demand
draft, or a bank guarantee from a Nationalized/Scheduled Bank located in India or specified small savings instruments;
(b) the bank guarantee be substantially in accordance with the form of earnest money deposit included in
Section VIII or other form approved by the Purchaser prior to tender submission;
(c) be payable promptly upon written demand by the Purchaser in case any of the conditions listed in ITT Clause 13.7 are invoked;
(d) be submitted in its original form; copies will not be accepted; and
(e) remain valid for a period of 45 days beyond the original validity period of tenders, or beyond any period
of extension subsequently requested under ITT Clause 14.2. 13.4 Any tender not secured in accordance with ITT Clauses 13.1 and 13.3 above will be rejected by the Purchaser
as non-responsive, pursuant to ITT Clause 22. 13.5 Unsuccessful Tenderer's earnest money deposit will be discharged/returned as promptly as possible but not later
than 30 days after the expiration of the period of tender validity prescribed by the Purchaser, pursuant to ITT Clause 14.
13.6 The successful Tenderer's earnest money deposit will be discharged upon the Tenderer signing the Contract,
pursuant to ITT Clause 30, and furnishing the performance security, pursuant to ITB Clause 31.
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
8 13.7 The tender security may be forfeited: (a) if a Tenderer (i) withdraws its tender during the period of tender validity specified by the Tenderer on
the Tender Form; or (ii) does not accept the correction of errors pursuant to ITT Clause 22.2; or (b) in case of a successful Tenderer, if the Tenderer fails: (i) to sign the Contract in accordance with ITT Clause 30; or (ii) to furnish performance security in accordance with ITT Clause 31. 14. Period of Validity of Tenders 14.1 Tenders shall remain valid for 90 days after the deadline for submission of tenders prescribed by the Purchaser,
pursuant to ITB Clause 17. A tender valid for a shorter period shall be rejected by the Purchaser as non-responsive.
14.2 In exceptional circumstances, the Purchaser may solicit the Tenderer's consent to an extension of the period of
validity. The request and the responses thereto shall be made in writing (or by cable or telex or fax). The earnest money deposit provided under ITT Clause 13 shall also be suitably extended. A Tenderer may refuse the request without forfeiting its earnest money deposit. A Tenderer granting the request will not be required nor permitted to modify its tender.
15. Format and Signing of Tender 15.1 The Tenderer shall prepare two copies of the tender, clearly marking each "Original Tender" and "Copy
Tender", as appropriate. In the event of any discrepancy between them, the original shall govern. 15.2 The original and all copies of the tender shall be typed or written in indelible ink and shall be signed by the
Tenderer or a person or persons duly authorized to bind the tenderer to the Contract. The latter authorization shall be indicated by written power-of-attorney accompanying the tender. All pages of the tender, except for unamended printed literature, shall be initialed by the person or persons signing the tender.
15.3 Any interlineations, erasures or overwriting shall be valid only if they are initialed by the persons or persons
signing the tender. 15.4 The Tenderer shall furnish information as described in the Form of Tender on commissions or gratuities, if any,
paid or to be paid to agents relating to this Tender, and to contract execution if the Tenderer is awarded the contract.
D. Submission of Tenders
16. Sealing and Marking of Tenders 16.1 The Tenderers shall seal the original and each copy of the tender in separate inner envelopes, duly marking the
envelopes as "original" and "copy". He shall then place all the inner envelopes in an outer envelope. 16.2 The inner and outer envelopes shall: (a) be addressed to the Purchaser at the following address: (b) bear the Project Name, the Invitation for Tenders (IFT) title and number, and a statement "Do not open
before —— hours on ——." 16.3 The inner envelopes shall also indicate the name and address of the Tenderer to enable the tender to be returned
unopened in case it is declared "late".
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
916.4 If the outer envelope is not sealed and marked as required by ITT Clause 16.2, the Purchaser will assume no
responsibility for the tender’s misplacement or premature opening. 16.5 Telex, cable or facsimile tenders will be rejected. 17. Deadline for Submission of Tenders 17.1 Tenders must be received by the Purchaser at the address specified under ITT Clause 16.2 (a) no later than the
time and date specified in the Invitation for Tenders (Section I). In the event of the specified date for the submission of Tenders being declared a holiday for the Purchaser, the Tenders will be received upto the appointed time on the next working day.
17.2 The Purchaser may, at its discretion, extend this deadline for submission of tenders by amending the tender
documents in accordance with ITB Clause 5, in which case all rights and obligations of the Purchaser and Tenderers previously subject to the deadline will thereafter be subject to the deadline as extended.
18. Late Tenders 18.1 Any tender received by the Purchaser after the deadline for submission of tenders prescribed by the Purchaser,
pursuant to ITT Clause 17, will be rejected and/or returned unopened to the Tenderer. 19. Modification and Withdrawal of Tenders 19.1 The Tenderer may modify or withdraw its tender after the tender's submission, provided that written notice of
the modification or withdrawal is received by the Purchaser prior to the deadline prescribed for submission of tenders.
19.2 The Tenderer's modification or withdrawal notice shall be prepared, sealed, marked and dispatched in
accordance with the provisions of ITT Clause 16. A withdrawal notice may also be sent by telex or cable or fax but followed by a signed confirmation copy, post marked not later than the deadline for submission of tenders.
19.3 No tender may be modified subsequent to the deadline for submission of tenders. 19.4 No tender may be withdrawn in the interval between the deadline for submission of tenders and the expiration
of the period of tender validity specified by the Tenderer on the Tender Form. Withdrawal of a tender during this interval may result in the Tenderer's forfeiture of its earnest money deposit, pursuant to ITT Clause 13.7.
E. Tender Opening and Evaluation of Tenders 20. Opening of Tenders by the Purchaser 20.1 The Purchaser will open all tenders, in the presence of Tenderers’ representatives who choose to attend, at ——
hours on —— and in the following location: The Tenderers' representatives who are present shall sign a register evidencing their attendance. In the event of
the specified date of Tender opening being declared a holiday for the Purchaser, the tenders shall be opened at the appointed time and location on the next working day.
20.2 The Tenderers’ names, tender modifications or withdrawals, tender prices, discounts, and the presence or
absence of requisite tender security and such other details as the Purchaser, at its discretion, may consider appropriate, will be announced at the opening. No tender shall be rejected at tender opening, except for late tenders, which shall be returned unopened to the Tenderer pursuant to ITT Clause 18.
20.3 Tenders (and modifications sent pursuant to ITT Clause 19.2) that are not opened and read out at tender
opening shall not be considered further for evaluation, irrespective of the circumstances.
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
1020.4 The Purchaser will prepare minutes of the tender opening. 21. Clarification of Tenders 21.1 During evaluation of tenders, the Purchaser may, at its discretion, ask the Tenderer for a clarification of its
tender. The request for clarification and the response shall be in writing and no change in prices or substance of the tender shall be sought, offered or permitted.
22. Preliminary Examination 22.1 The Purchaser will examine the tenders to determine whether they are complete, whether any computational
errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the tenders are generally in order. Tenders from Agents, without proper authorization from the manufacturer as per Section XIII, shall be treated as non-responsive.
22.1.1 Where the Tenderer has quoted for more than one schedule, if the tender security furnished is inadequate for all
the schedules, the Purchaser shall take the price tender into account only to the extent the tender is secured. For this purpose, the extent to which the tender is secured shall be determined by evaluating the requirement of tender security to be furnished for the schedule included in the tender (offer) in the serial order of the Schedule of Requirements of the Tender document.
22.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and
the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If there is a discrepancy between words and figures, the lowest of the two will prevail. If the supplier does not accept the correction of errors, its tender will be rejected and its tender security may be forfeited.
22.3 The Purchaser may waive any minor informality or non-conformity or irregularity in a tender which does not
constitute a material deviation, provided such a waiver does not prejudice or affect the relative ranking of any Tenderer.
22.4 Prior to the detailed evaluation, pursuant to ITB Clause 23, the Purchaser will determine the substantial
responsiveness of each tender to the tender documents. For purposes of these Clauses, a substantially responsive tender is one which conforms to all the terms and conditions of the tender documents without material deviations. Deviations from or objections or reservations to critical provisions such as those concerning Performance Security (GCC Clause 6). Warranty (GCC Clause 14), Force Majeure (GCC Clause 24), Limitation of liability (GCC Clause 28), Applicable law (GCC Clause 30), and Taxes & Duties (GCC Clause 32) will be deemed to be a material deviation. The Purchaser's determination of a tender's responsiveness is to be based on the contents of the tender itself without recourse to extrinsic evidence.
22.5 If a tender is not substantially responsive, it will be rejected by the Purchaser and may not subsequently be
made responsive by the Tenderer by correction of the non-conformity. 23. Evaluation and Comparison of Tenders 23.1 The Purchaser will evaluate and compare the tenders which have been determined to be substantially
responsive, pursuant to ITT Clause 22 for each schedule separately. No tender will be considered if the complete requirements covered in the schedule is not included in the tender. However, as stated in ITT Clause 9, Tenderers are allowed the option to tender for any one or more schedules and to offer discounts for combined schedules. These discounts will be taken into account in the evaluation of the tenders so as to determine the tender or combination of tenders offering the lowest evaluated cost for the Purchaser in deciding award(s) for each schedule.
23.2 The Purchaser's evaluation of a tender will exclude and not take into account: (a) any allowance for price adjustment during the period of execution of the Contract, if provided in the
tender.
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
1123.3 The Purchaser's evaluation of a tender will take into account, in addition to the tender price (Ex-
factory/ex-warehouse/off-the-shelf price of the goods offered from within India, such price to include all costs as well as duties and taxes paid or payable on components and raw material incorporated or to be incorporated in the goods, and Excise duty on the finished goods, if payable) and price of incidental services, the following factors, in the manner and to the extent indicated in ITT Clause 23.4 and in the Technical Specifications:
(a) cost of inland transportation, insurance and other costs within India incidental to the delivery of the
goods to their final destination; (b) delivery schedule offered in the tender; (c) deviations in payment schedule from that specified in the Special Conditions of Contract; (d) the cost of components, mandatory spare parts and service; (e) the availability in India of spare parts and after-sales services for the goods / equipment offered in the
tender; (f) the projected operating and maintenance costs during the life of the equipment; and (g) the performance and productivity of the equipment offered. 23.4 Pursuant to ITT Clause 23.3, one or more of the following evaluation methods will be applied: (a) Inland Transportation, Insurance and Incidentals: (i) Inland transportation, insurance and other incidentals for delivery of goods to the final destination
as stated in ITT Clause 9.2 (iii).
The above costs will be added to the tender price. (b) Delivery Schedule: (i) The Purchaser requires that the goods under the Invitation for Tenders shall be delivered at the
time specified in the Schedule of Requirements. The estimated time of arrival of the goods at the project site should be calculated for each tender after allowing for reasonable transportation time. Treating the date as per schedule of requirements as the base, a delivery "adjustment" will be calculated for other tenders at 2% of the ex-factory price including excise duty for each month of delay beyond the base and this will be added to the tender price for evaluation. No credit will be given to earlier deliveries and tenders offering delivery beyond ..... 3months of stipulated delivery period will be treated as unresponsive.
(c) Deviation in Payment Schedule: The Special Conditions of Contract stipulate the payment schedule offered by the Purchaser. If a tender
deviates from the schedule and if such deviation is considered acceptable to the Purchaser, the tender will be evaluated by calculating interest earned for any earlier payments involved in the terms outlined in the tender as compared to those stipulated in this invitation, at a rate of .......4 percent per annum.
(d) Cost of Spare Parts: (i) Appendix ..... to the Technical Specifications lists the items and quantities of major assemblies,
components and selected items of spare parts, likely to be required during the initial .... year period of operation of the plant. The total cost of these items and quantities at the unit prices quoted in each bid will be added to the tender price.
3 Specify a period which is not more than twice the desired delivery period. 4 Specify commercial Bank rate of interest plus 2%
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
12 OR (ii) The Purchaser will draw up a list of high usage and high value items of components and spare
parts along with estimated quantities of usage in the initial .... year period of operation. The total cost of these items and quantities will be computed from spare parts unit prices submitted by the Tenderer and added to the tender price.
OR (iii) The Purchaser will estimate the cost of spare parts usage in the initial .... year period of operation,
based on information furnished by each tenderer as well as on past experience of the Purchaser or other Purchasers in similar situations. Such costs shall be added to the tender price for evaluation.
(e) Spare Parts and After Sales Service Facilities in India: The cost to the Purchaser of establishing the minimum service facilities and parts inventories, as outlined
elsewhere in the tender documents, if quoted separately, shall be added to the tender price. (f) Operating and Maintenance Costs: Since the operating and maintenance costs of the equipment under procurement form a major part of the
life cycle cost of the equipment, these costs will be evaluated as follows: (i) fuel costs shall be based on ...... kms/hours of operation per year for .... years at a fuel price of
Rs.......; (ii) spare parts costs shall be based on ...... kms/hours of operation based on the guaranteed figures
provided by the Tenderer in response to ...... of the Technical Specifications or based on past actual figures for similar equipment already in use with the Purchaser; and
(iii) all future costs will be discounted to present value at a discount factor of .10 percent. (g) Performance and Productivity of the Equipment: (i) Tenderers shall state the guaranteed performance or efficiency in response to the Technical
Specification. For each drop in performance or efficiency below the norm of 100, an adjustment of Rs.......... will be added to the tender price, representing the capitalized cost of additional operating costs over the life of the plant using the methodology specified in the Technical Specifications; OR
(ii) Goods offered shall have a minimum productivity specified under the relevant provisions in
Technical Specifications to be considered responsive. Evaluation shall be based on the cost per unit of the actual productivity of goods offered in the bid and adjustment will be added to the tender price using the methodology specified in the Technical Specifications.
24. Contacting the Purchaser 24.1 Subject to ITT Clause 21, no Tenderer shall contact the Purchaser on any matter relating to its tender, from the
time of the tender opening to the time the Contract is awarded. If the tenderer wishes to bring additional information to the notice of the purchaser, it should do so in writing.
24.2 Any effort by a Tenderer to influence the Purchaser in its decisions on tender evaluation, tender comparison or
contract award may result in rejection of the Tenderer's tender.
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
13F. Award of Contract
25. Postqualification 25.1 In the absence of prequalification, the Purchaser will determine to its satisfaction whether the Tenderer that is
selected as having submitted the lowest evaluated responsive tender meets the criteria specified in ITT Clause 11.2 (b) and is qualified to perform the contract satisfactorily.
25.2 The determination will take into account the Tenderer's financial, technical and production capabilities. It will
be based upon an examination of the documentary evidence of the Tenderer's qualifications submitted by the Tenderer, pursuant to ITT Clause 11, as well as such other information as the Purchaser deems necessary and appropriate.
25.3 An affirmative determination will be a prerequisite for award of the Contract to the Tenderer. A negative
determination will result in rejection of the Tenderer's tender, in which event the Purchaser will proceed to the next lowest evaluated tender to make a similar determination of that Tenderer's capabilities to perform the contract satisfactorily.
26. Award Criteria 26.1 Subject to ITT Clause 28, the Purchaser will award the Contract to the successful Tenderer whose tender has
been determined to be substantially responsive and has been determined as the lowest evaluated tender, provided further that the Tenderer is determined to be qualified to perform the Contract satisfactorily.
27. Purchaser's right to vary Quantities at Time of Award 27.1 The Purchaser reserves the right at the time of Contract award to increase or decrease by up to 25 percent of the
quantity of goods and services originally specified in the Schedule of Requirements without any change in unit price or other terms and conditions.
28. Purchaser's Right to Accept Any Tender and to Reject Any or All Tenders 28.1 The Purchaser reserves the right to accept or reject any tender, and to annul the tendering process and reject all
tenders at any time prior to contract award, without thereby incurring any liability to the affected Tenderer or Tenderers.
29. Notification of Award 29.1 Prior to the expiration of the period of tender validity, the Purchaser will notify the successful tenderer in
writing by registered letter or by cable/telex or fax, to be confirmed in writing by registered letter, that its tender has been accepted.
29.2 The notification of award will constitute the formation of the Contract. 29.3 Upon the successful Tenderer's furnishing of performance security pursuant to ITT Clause 31, the Purchaser
will promptly notify the name of the winning Tenderer to each unsuccessful Tenderer and will discharge its earnest money deposit, pursuant to ITT Clause 13.
29.4 If, after notification of award, a Tenderer wishes to ascertain the grounds on which its tender was not selected, it
should address it’s request to the Purchaser. The Purchaser will promptly respond in writing to the unsuccessful Tenderer.
30. Signing of Contract 30.1 At the same time as the Purchaser notifies the successful tenderer that its tender has been accepted, the
Purchaser will send the Tenderer the Contract Form provided in the tender documents, incorporating all agreements between the parties.
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
1430.2 Within 21 days of receipt of the Contract Form, the successful Tenderer shall sign and date the Contract
and return it to the Purchaser. 31. Performance Security 31.1 Within 21 days of the receipt of notification of award from the Purchaser, the successful Tenderer shall furnish
the performance security in accordance with the Conditions of Contract, in the Performance Security Form provided in the tender documents or in another form acceptable to the Purchaser.
31.2 Failure of the successful Tenderer to comply with the requirement of ITT Clause 30.2 or ITT Clause 31.1 shall
constitute sufficient grounds for the annulment of the award and forfeiture of the earnest money deposit, in which event the Purchaser may make the award to the next lowest evaluated Tenderer or call for new tenders.
32 Corrupt or Fraudulent Practices 32.1 The Government requires that Tenderers/ Suppliers/ Contractors observe the highest standard of ethics during
the procurement and execution of Government financed contracts. In pursuance of this policy, the Government :
(a) defines, for the purposes of this provision, the terms set forth as follows : (i) “corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to
influence the action of a public official in the procurement process or in contract execution; and (ii) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement
process or the execution of a contract to the detriment of the Government, and includes collusive practice among Tenderers (prior to or after tender submission) designed to establish tender prices at artificial non-competitive levels and to deprive the Government of the benefits of free and open competition;
(b) will reject a proposal for award if it determines that the Tenderer recommended for award has engaged
in corrupt or fraudulent practices in competing for the contract in question; (c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a
Government financed contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Government-financed contract.
32.2 Furthermore, Tenderers shall be aware of the provision stated in sub-clause 4.4 and sub-clause 23.1 of the
General Conditions of Contract.
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
15 SECTION III: GENERAL CONDITIONS OF CONTRACT
TABLE OF CLAUSES Clause Number Topic Page Number 1. Definitions 16
2. Application 16
3. Standards 16
4. Use of Contract Documents and Information; Inspection and Audit by 16
Government
5. Patent Rights 17
6. Performance Security 17
7. Inspection and Tests 17
8. Packing 18
9. Delivery and Documents 18
10. Insurance 18
11. Transportation 18
12. Incidental Services 19
13. Spare Parts 19
14. Warranty 19
15. Payment 20
16. Prices 20
17. Change Orders 20
18. Contract Amendments 21
19. Assignment 21
20. Subcontracts 21
21. Delays in Supplier's Performance 21
22. Liquidated Damages 21
23. Termination for Default 21
24. Force Majeure 22
25. Termination for Insolvency 22
26. Termination for Convenience 22
27. Settlement of Disputes 23
28. Limitation of Liability 23
29. Governing Language 23
30. Applicable Law 23
31. Notices 23
32. Taxes and Duties 23
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
16
SECTION III – GENERAL CONDITIONS OF CONTRACT
General Conditions of Contract 1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated: (a) "The Contract" means the agreement entered into between the Purchaser and the Supplier, as recorded in
the Contract Form signed by the parties, including all the attachments and appendices thereto and all documents incorporated by reference therein;
(b) "The Contract Price" means the price payable to the Supplier under the Contract for the full and proper
performance of its contractual obligations; (c) "The Goods" means all the equipment, machinery, and/or other materials which the Supplier is required to
supply to the Purchaser under the Contract; (d) "Services" means services ancillary to the supply of the Goods, such as transportation and insurance, and
any other incidental services, such as installation, commissioning, provision of technical assistance, training and other obligations of the Supplier covered under the Contract;
(e) “GCC” means the General Conditions of Contract contained in this section. (f) “SCC” means the Special Conditions of Contract. (g) “The Purchaser” means the organization purchasing the Goods, as named in SCC. (h) “The Purchaser’s country” is the country named in SCC. (i) “The Supplier” means the individual or firm supplying the Goods and Services under this Contract. (j) “The Government” means the Government of Karnataka State. (k) “The Project Site”, where applicable, means the place or places named in SCC. (l) “Day” means calendar day. 2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions in other parts of the
Contract. 3. Standards 3.1 The Goods supplied under this Contract shall conform to the standards mentioned in the Technical
Specifications, and, when no applicable standard is mentioned, to the authoritative standard appropriate to the Goods' country of origin and such standards shall be the latest issued by the concerned institution.
4. Use of Contract Documents and Information; Inspection and Audit by the Government 4.1 The Supplier shall not, without the Purchaser's prior written consent, disclose the Contract, or any provision
thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the Purchaser in connection therewith, to any person other than a person employed by the Supplier in performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
17
7.1
4.2 The Supplier shall not, without the Purchaser's prior written consent, make use of any document or information enumerated in GCC Clause 4.1 except for purposes of performing the Contract.
4.3 Any document, other than the Contract itself, enumerated in GCC Clause 4.1 shall remain the property of the
Purchaser and shall be returned (in all copies) to the Purchaser on completion of the Supplier's performance under the Contract if so required by the Purchaser.
4.4 The supplier shall permit the Government to inspect the Supplier’s accounts and records relating to the
performance of the Supplier and to have them audited by auditors appointed by the Government, if so required by the Government.
5. Patent Rights 5.1 The Supplier shall indemnify the Purchaser against all third-party claims of infringement of patent, trademark or
industrial design rights arising from use of the Goods or any part thereof in India. 6. Performance Security 6.1 Within 21 days of receipt of the notification of contract award, the Supplier shall furnish Performance Security to
the Purchaser for an amount of 5% of the Contract Value, valid up to 60 days after the date of completion of performance obligations including Warranty obligations. In the event of any correction of defects or replacement of defective material during the Warranty period, the Warranty for the corrected/replaced material shall be extended to a further period of 12 months and the Performance Bank Guarantee for proportionate value shall be extended 60 days over and above the initial Warranty period.
6.2 The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss
resulting from the Supplier's failure to complete its obligations under the Contract. 6.3 The Performance Security shall be denominated in Indian Rupees and shall be in one of the following forms: (a) A Bank guarantee or irrevocable Letter of Credit, issued by a Nationalized/Scheduled bank in the form
provided in the tender documents or another form acceptable to the Purchaser; or
(b) A cashier's check or Banker’s certified check, or crossed demand draft or pay order drawn in favour of the Purchaser.; or
(c) Specified small savings instruments pledged to the Purchaser. 6.4 The Performance Security will be discharged by the Purchaser and returned to the Supplier not later than 60 days
following the date of completion of the Supplier's performance obligations, including any Warranty obligations, under the Contract.
6.5 In the event of any contract amendment, the Supplier shall, within 20 days of receipt of such amendment, furnish
the amendment to the Performance Security, rendering the same valid for the duration of the Contract as amended for 60 days after the completion of performance obligations including Warranty obligations.
7. Inspections and Tests
The Purchaser or its representative shall have the right to inspect and/or to test the Goods to confirm their conformity to the Contract specifications at no extra cost to the Purchaser. SCC and the Technical Specifications shall specify what inspections and tests the Purchaser requires and where they are to be conducted. The Purchaser shall notify the Supplier in writing in a timely manner of the identity of any representatives retained for these purposes.
7.2 The inspections and tests may be conducted on the premises of the Supplier or its subcontractor(s), at point of
delivery and/or at the Goods final destination. If conducted on the premises of the Supplier or its subcontractor(s), all reasonable facilities and assistance, including access to drawings and production data - shall be furnished to the inspectors at no charge to the Purchaser.
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
187.3 Should any inspected or tested Goods fail to conform to the specifications, the Purchaser may reject
the goods and the Supplier shall either replace the rejected Goods or make alterations necessary to meet specification requirements free of cost to the Purchaser.
7.4 The Purchaser's right to inspect, test and, where necessary, reject the Goods after the Goods' arrival at Project
Site shall in no way be limited or waived by reason of the Goods having previously been inspected, tested and passed by the Purchaser or its representative prior to the Goods shipment.
7.5 Nothing in GCC Clause 7 shall in any way release the Supplier from any warranty or other obligations under this
Contract. 7.6 Manuals and Drawings
7.6.1 Before the goods and equipment are taken over by the Purchaser, the Supplier shall supply operation and maintenance manuals together with drawings of the goods and equipment. These shall be in such detail as will enable the Purchaser to operate, maintain, adjust and repair all parts of the equipment as stated in the specifications.
7.6.2 The manuals and drawings shall be in the ruling language (English) and in such form and numbers
as stated in the contract. 7.6.3 Unless and otherwise agreed, the goods and equipment shall not be considered to be completed for
the purpose of taking over until such manuals and drawings have been supplied to the Purchaser. 8. Packing 8.1 The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration
during transit to their final destination as indicated in the Contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the Goods' final destination and the absence of heavy handling facilities at all points in transit.
8.2 The packing, marking and documentation within and outside the packages shall comply strictly with such special
requirements as shall be provided for in the Contract including additional requirements, if any, specified in SCC and in any subsequent instructions ordered by the Purchaser.
8.3 Packing Instructions: The Supplier will be required to make separate packages for each Consignee. Each Package
will be marked on three sides with proper paint/indelible ink the following:
i) Project, ii) Contract No., iii) Suppliers Name, and iv) Packing List Reference number. 9. Delivery and Documents 9.1 Delivery of the Goods shall be made by the Supplier in accordance with the terms specified by the Purchaser in
the Notification of Award. The details of shipping and/or other documents to be furnished by the supplier are specified in SCC.
10. Insurance 10.1 The Goods supplied under the Contract shall be fully insured in Indian Rupees against loss or damage incidental
to manufacture or acquisition, transportation, storage and delivery. For delivery of goods at site, the insurance shall be obtained by the Supplier in an amount equal to 110% of the value of the goods from “warehouse to warehouse” (final destinations) on “All Risks” basis including War risks and Strikes.
11. Transportation 11.1 Where the Supplier is required under the Contract to transport the Goods to a specified place of destination
within India defined as Project site, transport to such place of destination in India including insurance, as shall be
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
19specified in the Contract, shall be arranged by the Supplier, and the related cost shall be included in the Contract Price
12. Incidental Services 12.1 The supplier may be required to provide any or all of the following services, including additional services, if any,
specified in SCC: (a) performance or supervision of the on-site assembly and/or start-up of the supplied Goods; (b) furnishing of tools required for assembly and/or maintenance of the supplied Goods; (c) furnishing of detailed operations and maintenance manual for each appropriate unit of supplied Goods; (d) performance or supervision or maintenance and/or repair of the supplied Goods, for a period of time agreed
by the parties, provided that this service shall not relieve the Supplier of any warranty obligations under this Contract; and
(e) training of the Purchaser's personnel, at the Supplier's plant and/or on-site, in assembly, start-up, operation,
maintenance and/or repair of the supplied Goods. 12.2 Prices charged by the Supplier for incidental services, if not included in the Contract Price for the Goods, shall
be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the Supplier for similar services.
13. Spare Parts 13.1 As specified in the SCC, the Supplier may be required to provide any or all of the following materials,
notifications, and information pertaining to spare parts manufactured or distributed by the Supplier: (a) such spare parts as the Purchaser may elect to purchase from the Supplier, providing that this election shall
not relieve the Supplier of any warranty obligations under the Contract; and
(b) In the event of termination of production of the spare parts: (i) advance notification to the Purchaser of the pending termination, in sufficient time to permit
the Purchaser to procure needed requirements; and (ii) following such termination, furnishing at no cost to the Purchaser, the blueprints,
drawings and specifications of the spare parts, if requested. 13.2 The Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spares for the Goods,
such as gaskets, plugs, washers, belts etc. Other spare parts and components shall be supplied as promptly as possible but in any case within 3 months of placement of order.
14. Warranty 14.1 The Supplier warrants that the Goods supplied under this Contract are new, unused, of the most recent or current
models and that they incorporate all recent improvements in design and materials unless provided otherwise in the Contract. The Supplier further warrants that all Goods supplied under this Contract shall have no defect arising from design, materials or workmanship (except when the design and/or material is required by the Purchaser's Specifications) or from any act or omission of the Supplier, that may develop under normal use of the supplied Goods in the conditions prevailing in the country of final destination.
14.2 This warranty shall remain valid for ….. 5hours of operation or 12 months after the Goods or any portion thereof
as the case may be, have been delivered to and accepted at the final destination indicated in the Contract, or for 15 months after the date of shipment from the place of loading whichever period concludes earlier. The Supplier shall, in addition, comply with the performance and/or consumption guarantees specified under the Contract. If
5 Specify appropriate figure depending on the type of equipment.
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
20for reasons attributable to the Supplier, these guarantees are not attained in whole or in part, the Supplier shall at its discretion either:
(a) make such changes, modifications, and/or additions to the Goods or any part thereof as may be necessary in
order to attain the contractual guarantees specified in the Contract at its own cost and expense and to carry out further performance tests in accordance with SCC Clause 2; OR
(b) pay liquidated damages to the Purchaser with respect to the failure to meet the contractual guarantees. The rate of these liquidated damages shall be as specified in the Technical Specifications.6
14.3 The Purchaser shall promptly notify the Supplier in writing of any claims arising under this warranty. 14.4 Upon receipt of such notice, the Supplier shall, within the period of …… 7days and with all reasonable speed,
repair or replace the defective Goods or parts thereof, free of cost at the ultimate destination. The Supplier shall take over the replaced parts/goods at the time of their replacement. No claim whatsoever, shall lie on the Purchaser for the replaced parts/goods thereafter. In the event of any correction of defects or replacement of defective material during the Warranty period, the Warranty for the corrected or replaced material shall be extended to a further period of 12 months.
14.5 If the Supplier, having been notified, fails to remedy the defect(s) within …. 8days, the Purchaser may proceed to
take such remedial action as may be necessary, at the Supplier's risk and expense and without prejudice to any other rights which the Purchaser may have against the Supplier under the Contract.
15. Payment 15.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified in the
SCC. 15.2 The Supplier's request(s) for payment shall be made to the Purchaser in writing, accompanied by an invoice
describing, as appropriate, the Goods delivered and the Services performed, and by documents, submitted pursuant to GCC Clause 9, and upon fulfillment of other obligations stipulated in the contract.
15.3 Payments shall be made promptly by the Purchaser but in no case later than sixty (60) days after submission of
the invoice or claim by the Supplier. 15.4 Payment shall be made in Indian Rupees. 16. Prices 16.1 Prices payable to the supplier as stated in the contract shall be firm during the performance of the contract. 17. Change Orders 17.1 The Purchaser may at any time, by written order given to the Supplier pursuant to GCC Clause 31, make changes
within the general scope of the Contract in any one or more of the following: (a) drawings, designs, or specifications, where Goods to be furnished under the Contract are to be specifically
manufactured for the Purchaser; (b) the method of shipping or packing; (c) the place of delivery; and/or
(d) the Services to be provided by the Supplier.
6 The rate shall be higher than the adjustment rate used in the bid evaluation under ITT Clause 23.4 (f) or (g) 7 Specify an appropriate figure keeping in view the type of equipment. 8 Specify an appropriate figure keeping in view the type of equipment.
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
2117.2 If any such change causes an increase or decrease in the cost of, or the time required for, the Supplier's
performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or delivery schedule, or both, and the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this clause must be asserted within thirty (30) days from the date of the Supplier's receipt of the Purchaser's change order.
18. Contract Amendments 18.1 Subject to GCC Clause 17, no variation in or modification of the terms of the Contract shall be made except by
written amendment signed by the parties. 19. Assignment 19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under the Contract, except with the
Purchaser's prior written consent. 20. Subcontracts 20.1 The Supplier shall notify the Purchaser in writing of all subcontracts awarded under this Contract if not already
specified in the tender. Such notification, in his original tender or later, shall not relieve the Supplier from any liability or obligation under the Contract. Sub-contracts shall be only for bought out items and sub-assemblies.
20.2 Subcontracts must comply with the provisions of GCC Clause 2. 21. Delays in the Supplier's Performance 21.1 Delivery of the Goods and performance of the Services shall be made by the Supplier in accordance with the
time schedule specified by the Purchaser in the Schedule of Requirements. 21.2 If at any time during performance of the Contract, the Supplier or its sub-contractor(s) should encounter
conditions impeding timely delivery of the Goods and performance of Services, the Supplier shall promptly notify the Purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Purchaser shall evaluate the situation and may, at its discretion, extend the Supplier’s time for performance with or without liquidated damages, in which case the extension shall be ratified by the parties by amendment of the Contract.
21.3 Except as provided under GCC Clause 24, a delay by the Supplier in the performance of its delivery obligations
shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 22, unless an extension of time is agreed upon pursuant to GCC Clause 21.2 without the application of liquidated damages.
22. Liquidated Damages 22.1 Subject to GCC Clause 24, if the Supplier fails to deliver any or all of the Goods or to perform the Services
within the period(s) specified in the Contract, the Purchaser shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to 0.5% of the delivered price of the delayed Goods or unperformed Services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of 10% of the Contract Price.. Once the maximum is reached, the Purchaser may consider termination of the Contract pursuant to GCC Clause 23.
23. Termination for Default 23.1 The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice of default
sent to the Supplier, terminate the Contract in whole or part: (a) if the Supplier fails to deliver any or all of the Goods within the period(s) specified in the Contract, or
within any extension thereof granted by the Purchaser pursuant to GCC Clause 21; or (b) if the Supplier fails to perform any other obligation(s) under the Contract.
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
22 (c) If the Supplier, in the judgement of the Purchaser has engaged in corrupt or fraudulent practices in
competing for or in executing the Contract. For the purpose of this Clause : “Corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to influence the
action of a public official in the procurement process or in contract execution. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the
execution of a contract to the detriment of the Borrower, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Borrower of the benefits of free and open competition.
23.2 In the event the Purchaser terminates the Contract in whole or in part, pursuant to GCC Clause 23.1, the
Purchaser may procure, upon such terms and in such manner as it deems appropriate, Goods or Services similar to those undelivered, and the Supplier shall be liable to the Purchaser for any excess costs for such similar Goods or Services. However, the Supplier shall continue the performance of the Contract to the extent not terminated.
24. Force Majeure 24.1 Notwithstanding the provisions of GCC Clauses 21, 22, 23, the Supplier shall not be liable for forfeiture of its
performance security, liquidated damages or termination for default, if and to the extent that, its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.
24.2 For purposes of this Clause, "Force Majeure" means an event beyond the control of the Supplier and not
involving the Supplier's fault or negligence and not foreseeable. Such events may include, but are not limited to, acts of the Purchaser either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.
24.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such conditions
and the cause thereof. Unless otherwise directed by the Purchaser in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.
25. Termination for Insolvency 25.1 The Purchaser may at any time terminate the Contract by giving written notice to the Supplier, if the Supplier
becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Purchaser.
26. Termination for Convenience 26.1 The Purchaser, by written notice sent to the Supplier, may terminate the Contract, in whole or in part, at any time
for its convenience. The notice of termination shall specify that termination is for the Purchaser's convenience, the extent to which performance of the Supplier under the Contract is terminated, and the date upon which such termination becomes effective.
26.2 The Goods that are complete and ready for shipment within 30 days after the Supplier's receipt of notice of
termination shall be accepted by the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may elect:
(a) to have any portion completed and delivered at the Contract terms and prices; and/or
(b) to cancel the remainder and pay to the Supplier an agreed amount for partially completed Goods and for materials and parts previously procured by the Supplier.
27. Settlement of Disputes
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
23 27.1 The Purchaser and the supplier shall make every effort to resolve amicably by direct informal negotiation any
disagreement or dispute arising between them under or in connection with the Contract. 27.2 If, after thirty (30) days, the parties have failed to resolve their dispute or difference by such mutual consultation,
then either the Purchaser or the Supplier may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given.
27.2.1 Any dispute or difference in respect of which a notice of intention to commence arbitration has been
given in accordance with this Clause shall be finally settled by arbitration. Arbitration may be commenced prior to or after delivery of the Goods under the Contract.
27.2.2 Arbitration proceedings shall be conducted in accordance with the rules of procedure specified in the SCC.
27.3 Notwithstanding any reference to arbitration herein, (a) the parties shall continue to perform their respective obligations under the Contract unless they
otherwise agree; and (b) the Purchaser shall pay the Supplier any monies due the Supplier. 28. Limitation of Liability 28.1 Except in cases of criminal negligence or willful misconduct, and in the case of infringement pursuant to
Clause 5, (a) the Supplier shall not be liable to the Purchaser, whether in contract, tort, or otherwise, for any indirect or
consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the Supplier to pay liquidated damages to the Purchaser; and
(b) the aggregate liability of the Supplier to the Purchaser, whether under the Contract, in tort or otherwise,
shall not exceed the total Contract Price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment.
29. Governing Language 29.1 The contract shall be written in English language. Subject to GCC Clause 30, English language version of the
Contract shall govern its interpretation. All correspondence and other documents pertaining to the Contract which are exchanged by the parties shall be written in the same language.
30. Applicable Law 30.1 The Contract shall be interpreted in accordance with the laws of the Union of India. 31. Notices 31.1 Any notice given by one party to the other pursuant to this Contract shall be sent to other party in writing or by
cable, telex or facsimile and confirmed in writing to the other Party’s address specified in SCC. 31.2 A notice shall be effective when delivered or on the notice's effective date, whichever is later. 32. Taxes and Duties 32.2 Suppliers shall be entirely responsible for all taxes, duties, license fees, octroi, road permits, etc., incurred until
delivery of the contracted Goods to the Purchaser.
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
24
SECTION IV: SPECIAL CONDITIONS OF CONTRACT
TABLE OF CLAUSES Item No. Topic Page Number 1. Definitions (GCC Clause 1) 25 2. Inspection and Tests (GCC Clause 7) 25 3. Delivery and Documents (GCC Clause 9) 25 4. Incidental Services (GCC Clause 12) 25 5. Payment (GCC Clause 15) 26 6. Settlement of Disputes (GCC Clause 27) 26 7. Notices (GCC Clause 31) 26 8. Progress of Supply 27 9. Right to use defective equipment 27
10 Supplier Integrity 27 11 Supplier’s Obligation 27 12 Patent Rights 27
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
25SECTION IV: SPECIAL CONDITIONS OF CONTRACT
Special Conditions of Contract
The following Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever
there is a conflict, the provisions herein shall prevail over those in the General Conditions of Contract. The corresponding clause number of the General Conditions is indicated in parentheses.
1. Definitions (GCC Clause 1) (a) The Purchaser is ...............................................
(b) The Supplier is ................................................ 2. Inspection and Tests (GCC Clause 7)9 The following inspection procedures and tests are required by the Purchaser: _________________________________________________________ _________________________________________________________ _________________________________________________________ _________________________________________________________ 3. Delivery and Documents (GCC Clause 9) Upon delivery of the Goods, the supplier shall notify the purchaser and the insurance company by
cable/telex/fax the full details of the shipment including contract number, railway receipt number and date, description of goods, quantity, name of the consignee etc. The supplier shall mail the following documents to the purchaser with a copy to the insurance company:
(i) .Four10 Copies of the Supplier invoice showing contract number, goods' description, quantity, unit price,
total amount;
(ii) Railway receipt/acknowledgment of receipt of goods from the consignee(s);
(iii) Four11 Copies of packing list identifying the contents of each package;
(iv) Insurance Certificate;
(v) Manufacturer's/Supplier's warranty certificate;
(vi) Inspection Certificate issued by the nominated inspection agency, and the Supplier's factory inspection report; and
The above documents shall be received by the Purchaser before arrival of the Goods (except where the Goods
have been delivered directly to the Consignee with all documents) and, if not received, the Supplier will be responsible for any consequent expenses.
4. Incidental Services (GCC Clause 12) The following services covered under Clause 12 shall be furnished and the cost shall be included in the contract
price: ________________________________________________________ ________________________________________________________ ________________________________________________________
9 If third party inspection is proposed, give details here. 10 Modify if need be. 11 Modify if need be.
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
26
(ii)
5. Payment (GCC Clause 15) (i) On Delivery: Eighty percent of the contract price shall be paid on receipt of Goods and upon
submission of the documents specified in SCC Clause 3 above; and
On Final Acceptance: the remaining twenty percent of the Contract Price shall be paid to the supplier within 30 days after the date of the acceptance certificate issued by the Purchaser’s representative for the respective delivery
Note: (i) Where payments are to be effected through Letter of Credit (LC), the same shall be subject to the latest
Uniform Customs and Practice for Documentary Credit, of the International Chamber of Commerce; (ii) The LC will be confirmed at Supplier’s cost if requested specifically by the Supplier; (iii) If LC is required to be extended/reinstated for reasons not attributable to the Purchaser, the charges
thereof shall be to the Supplier’s account. 6. Settlement of Disputes (Clause 27) The dispute settlement mechanism to be applied pursuant to GCC Clause 27.2.2 shall be as follows: (a) In case of Dispute or difference arising between the Purchaser and a domestic supplier relating to any
matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, 1996, by a Sole Arbitrator. The Sole Arbitrator shall be appointed by agreement between the parties; failing such agreement, by the appointing authority namely the 12Indian Council of Arbitration/President of the Institution of Engineers (India)/The International Centre for Alternative Dispute Resolution (India). A certified copy of the appointment Order shall be supplied to each of the Parties.
(b) Arbitration proceedings shall be held at Bangalore Karnataka, and the language of the arbitration
proceedings and that of all documents and communications between the parties shall be English. (c) The decision of the of arbitrators shall be final and binding upon both parties. The cost and expenses of
Arbitration proceedings will be paid as determined by the Arbitrator. However, the expenses incurred by each party in connection with the preparation, presentation etc. of its proceedings shall be borne by each party itself.
7. Notices (Clause 31)
For the purpose of all notices, the following shall be the address of the Purchaser and Supplier. Purchaser: ............................................. ............................................. ............................................. ............................................. Supplier: (To be filled in at the time of Contract signature) ............................................. ............................................. ............................................. .............................................
12 Delete whichever is not desired.
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
278. Progress of Supply: Supplier shall regularly intimate progress of supply, in writing, to the Purchaser as under13: - Quantity offered for inspection and date;
- Quantity accepted/rejected by inspecting agency and date;
- Quantity despatched/delivered to consignees and date;
- Quantity where incidental services have been satisfactorily completed with date;
- Quantity where rectification/repair/replacement effected/completed on receipt of any communication from consignee/Purchaser with date;
- Date of completion of entire Contract including incidental services, if any; and
- Date of receipt of entire payments under the Contract
(in case of stage-wise inspection, details required may also be specified).
9. Right to use defective equipment: If after delivery, acceptance and installation and within the guarantee and warranty period, the operation or use
of the equipment proves to be unsatisfactory, the Purchase shall have the right to continue to operate or use such equipment until rectifications of defects, errors or omissions by repair or by partial or complete replacement is made without interfering with the Purchaser’s operation.
10. Supplier Integrity: The supplier is responsible for and obliged to conduct all contracted activities in accordance with the Contract
using state-of-the-art methods and economic principles and exercising all means available to achieve the performance specified in the Contract.
11. Supplier’s Obligations: The Supplier is obliged to work closely with the Purchaser’s staff, act within its own authority and abide by
directives issued by the Purchaser and implementation activities. The Supplier will abide by the job safety measures prevalent in India and will free the Purchaser from all demands or responsibilities arising from accidents or loss of life the cause of which is the Supplier’s negligence. The Supplier will pay all indemnities arising from such incidents and will not hold the Purchaser responsible or obligated. The Supplier is responsible for managing the activities of its personnel or sub-contracted personnel and will hold itself responsible for any misdemeanors. The Supplier will treat as confidential all data and information about the Purchaser, obtained in the execution of his responsibilities, in strict confidence and will not reveal such information to any other party without the prior written approval of the Purchaser.
12. Patent Rights: In the event of any claim asserted by a third party of infringement of copyright, patent, trademark or industrial
design rights arising from the use of the Goods or any part thereof in the Purchaser’s country, the supplier shall act expeditiously to extinguish such claim. If the supplier fails to comply and the Purchaser is required to pay compensation to a third party resulting from such infringement, the supplier shall be responsible for the compensation including all expenses, court costs and lawyer fees. The Purchaser will give notice to the supplier of such claim, if it is made, without delay.
13 Delete whichever is not applicable.
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
28 SECTION V: SCHEDULE OF REQUIREMENTS (To be inserted in the Tender Documents by the Purchaser, as applicable. The Schedule should cover, at a minimum, the required items, quantities, services, delivery period(s) and earnest money deposit (EMD).) Part - I Serial Brief Unit Quantity Delivery EMD Number Description Schedule in Rupees ____________________________________________________________________________________________ Schedule I Delivery in _____ weeks/ months from ________* at destination (project site) Schedule II Part – II (Incidental Services) ** * The Purchaser must specify here the date from which the date of delivery schedule will start. That date
should be either the date of contract award, or the date of contract signature, of the date of opening of letter of credit, or the date of confirmation of the Letter of Credit, as appropriate. The Tender Form should include only a cross reference to this Schedule.
** Specify the required Incidental Services
SECTION VI - TECHNICAL SPECIFICATIONS [Notes:* 1. Text of Technical specifications to be inserted in the Tender Documents by the Purchaser, as applicable 2. The Specifications should be drafted to permit the widest possible competition and, at the same time,
present a clear statement of the required standards of workmanship, materials, and performances of the goods to be procured. Only if this is done will the objectives of economy, efficiency and fairness in procurement is realized, responsiveness of tenders be ensured, and the subsequent task of tender evaluation facilitated.
3. Where ever the goods are covered by Bureau of Indian Standards, the references to the Standards should
be given. 4. Reference to brand name and catalogue number should be avoided as far as possible; Where un avoidable,
they should be followed by the words “or at least equivalent”] * Delete the Notes in the final document.
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs, <50 lakhs
SECTION VII : QUALIFICATION CRITERIA (Referred to in Clause 11.2(b) of ITT) 1. (a) The tenderer should be a manufacturer who must have manufactured, tested and supplied the
equipment (s) similar to the type specified in the ‘Schedule of Requirements’ up to at least ........ % 14 of the quantity required in any one of the last 3 years. The equipments offered for supply must be of the most recent series models incorporating the latest improvements in design. The models should have been released on or after .....15 and be in satisfactory operation for ...... 16months as on date of tender opening.
(b) Tenders of tenderers quoting as authorized representative of a manufacturer, meeting with the
above requirement in full, can also be considered provided : (i) the manufacturer furnishes authorization in the prescribed format assuring full guarantee
and warranty obligations as per GCC and SCC; and
(ii) the tenderer, as authorized representative, has supplied, installed and commissioned satisfactorily at least……% 17of the quantity similar to the type specified in the Schedule of Requirements in any one of the last three years which must be in satisfactory operation for at least ….18 months on the date of tender opening.
2. The tenderer should furnish the information on all past supplies and satisfactory performance for both (a)
and (b) above, in proforma under Section XII. 14 Indicate the percentage as considered appropriate – usually not less than 80% of the requirement. 15 Indicate year of model as appropriate 16 Specify an appropriate period. 17 Indicate the percentage as considered appropriate – usually not less than 30% of the requirement
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
18 Specify an appropriate period.
K/G-2 Goods/Equipment/Open tenders/> Rs.10 lakhs.<50 lakhs
31 SECTION VIII: TENDER FORM Date :........................................ IFT No :.................................... TO: (Name and address of purchaser) Gentlemen and/or Ladies : Having examined the Tender Documents including Addenda Nos............... [insert numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver....................................................... (Description of Goods and Services) in conformity with the said tender documents for the sum of ..................... (Total tender amount in words and figures) or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this tender. We undertake, if our tender is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements. If our tender is accepted, we will obtain the guarantee of a bank in a sum equivalent to ...... percent of the Contract Price for the due performance of the Contract, in the form prescribed by the Purchaser. We agree to abide by this tender for the Tender validity period specified in Clause 14.1 of the ITT and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this tender, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”. We understand that you are not bound to accept the lowest or any tender you may receive. We clarify/confirm that we comply with the eligibility requirements as per ITT Clause 1 of the tender documents. Dated this ....... day of ............................ 19 ..... _________________________________ ___________________________________ (signature) (in the capacity of) Duly authorized to sign Tender for and on behalf of _____________________________________________________
K/G-2 Goods/Equipment/Open tenders/> Rs.10 lakhs.<50 lakhs
32
PRICE SCHEDULE
Price for each Unit Schedule
No.
Item
Description
Quantity
and Unit Ex-
factory/Ex-
warehouse/Ex
-
showroom/off
the shelf
Excise
duty if
any
Inland
transportation
, insurance
and other
local costs
incidental to
delivery
Sales
and
other
taxes
payable
if
contract
awarde
d
Unit Price
(4+5+6+7)
Total
Price
3x5
1 2 3 4 5 6 7 8 9
Note: In case of discrepancy between unit price Total tender price in Rs (Words)……………………..
and total price, the unit price will prevail ……………………………………………………….
Signature of Tenderer ………………………………
Name and address: …………………………………
K/G-2 Goods/Equipment/Open tenders/> Rs.10 lakhs.<50 lakhs
33
SECTION IX: EARNEST MONEY DEPOSIT BANK GUARANTEE FORM
Whereas ...........................1 (hereinafter called “the Tenderer”) has submitted its tender dated ...................... (date of
submission of tender) for the supply of ................................. (name and/or description of the goods) (hereinafter
called “the Tender”).
KNOW ALL PEOPLE by these presents that WE ..................... (name of bank) of .................. (name of country),
having our registered office at .................. (address of bank) (hereinafter called “the Bank”), are bound unto
............................. (name of Purchaser) (hereinafter called “the Purchaser”) in the sum of
_______________________ for which payment well and truly to be made to the said Purchaser, the Bank binds
itself, its successors, and assigns by these presents. Sealed with the Common Seal of the said Bank this ____ day of
_________ 20___.
THE CONDITIONS of this obligation are:
1. If the Tenderer (a) withdraws its Tender during the period of tender validity specified by the Tenderer on the Tender
Form; or (b) does not accept the correction of errors in accordance with the ITT; or 2. If the Tenderer, having been notified of the acceptance of its tender by the Purchaser during the period of
tender validity: (a) fails or refuses to execute the Contract Form if required; or (b) fails or refuses to furnish the performance security, in accordance with the Instruction to Tenderers; We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to and including forty five (45) days after the period of the tender validity, and any demand in respect thereof should reach the Bank not later than the above date. ................................... (Signature of the Bank) _____________________________________________ 1 Name of Tenderer
SECTION X: CONTRACT FORM
THIS AGREEMENT made the .......day of.................................., 20... Between .......................... (Name of
purchaser) of .............. (Country of Purchaser) (hereinafter called "the Purchaser") of the one part and
..................... (Name of Supplier) of ......................... (City and Country of Supplier) (hereinafter called "the
Supplier") of the other part :
WHEREAS the Purchaser is desirous that certain Goods and ancillary services viz., ..................................... (Brief
Description of Goods and Services) and has accepted a tender by the Supplier for the supply of those goods and
services in the sum of .............................. (Contract Price in Words and Figures) (hereinafter called "the Contract
Price").
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:
(a) the Tender Form and the Price Schedule submitted by the Tenderer;
(b) the Schedule of Requirements;
(c) the Technical Specifications;
(d) the General Conditions of Contract;
(e) the Special Conditions of Contract; and
(f) the Purchaser's Notification of Award. 3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the
Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy defects therein in conformity in all respects with the provisions of the Contract.
4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and
services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.
Brief particulars of the goods and services which shall be supplied/provided by the Supplier are as under: __________________________________________________________________________________________ SL. BRIEF QUANTITY TO UNIT Total DELIVERY TERMS NO. DESCRIPTION OF BE SUPPLIED PRICE Price GOODS & SERVICES __________________________________________________________________________________________
__________________________________________________________________________________________
TOTAL VALUE:
DELIVERY SCHEDULE:
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs,<50 lakhs
35 IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written. Signed, Sealed and Delivered by the said ..................................................... (For the Purchaser) in the presence of:....................................... Signed, Sealed and Delivered by the said ..................................................... (For the Supplier) in the presence of:.......................................
SECTION XI. PERFORMANCE SECURITY BANK GUARANTEE FORM
To: (Name of Purchaser) WHEREAS ................................................................... (Name of Supplier) hereinafter called "the Supplier" has undertaken , in pursuance of Contract No................. dated,........... 20... to supply...................... .................................................(Description of Goods and Services) hereinafter called "the Contract". AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with the Supplier's performance obligations in accordance with the Contract. AND WHEREAS we have agreed to give the Supplier a Guarantee: THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of ................................... ........................................ (Amount of the Guarantee in Words and Figures) and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limit of ................................ (Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the ........day of...................20...... Signature and Seal of Guarantors ................................ ................................ ................................ Date......................20.... Address:........................ ................................ ................................
K/G-2 Goods/Equipment/Open tender/> Rs.10 lakhs.<50 lakhs
K/G-2 Goods/Equipment/Open tenders/> Rs.10 lakhs,<50 lakhs
37
SECTION XII (Please see Clause 11.2 (b) of the Instructions to Tenders)
Proforma for Performance Statement for the last Five years
IFT No………………. Date of Opening…………………. Time ……… Hours Name of the Firm: …………………………………………………………………………………………….. Orders placed by (Full address of Purchaser)
Order No and Date
Description and Quantity of Goods ordered
Value of Order
Date of Completion of Delivery As per contract/Actual
Remarks indicating reasons for late delivery, if any
Has the goods/ equipment been satisfactorily functioning. (Attach a Certificate from the Purchaser)
1 2 3 4 5 6 7 Signature and Seal of the Tenderer:-----------------------------------------------------------------------------
K/G-2 Goods/Equipment/Open tenders/> Rs.10 lakhs,<50 lakhs
38
SECTION XIII:- MANUFACTURERS' AUTHORIZATION FORM*
(Please see Clause 11.2(a) of Instructions to Tenderers)
No. dated To Dear Sir:
IFT No. We who are established and reputable manufacturers of (name and description of goods offered) having factories at (address of factory) do hereby authorize M/s (Name and address of Agent) to submit a tender, and sign the contract with you for the goods manufactured by us against the above IFT. No company or firm or individual other than M/s are authorized to tender, and conclude the contract for the above goods manufactured by us, against this specific IFT. (This para should be deleted in simple items where manufacturers sell the product through different stockists.) We hereby extend our full guarantee and warranty as per Clause 14 of the General Conditions of Contract for the goods and services offered for supply by the above firm against this IFT.
Yours faithfully, (Name)
(Name of manufacturers)
Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person competent and having the power of attorney to legally bind the manufacturer. It should be included by the Tenderer in its tender.
* Modify this format suitably in case where manufacturer’s warranty and guarantee are not applicable for the
items for which bids are invited.
K/G-2 Goods/Equipment/Open tenders/> Rs.10 lakhs,<50 lakhs
39
SECTION XIV-PROFORMA FOR EQUIPMENT AND QUALITY CONTROL EMPLOYED BY THE MANUFACTURER
IFT NO. ................................... DATE OF OPENING : ....................................
NAME OF THE TENDERER : ...................................................................................................................................
(Note : All details should relate to the manufacturer for the items offered for supply) 1. Name & full address of the Manufacturer 2. (a) Telephone & Fax No Office/Factory/Works (b) Telex No. Office/Factory/Works (c) Telegraphic address : 3. Location of the manufacturing factory. 4. Details of Industrial License, wherever required as per statutory regulations. 5. Details of important Plant & Machinery functioning in each dept. (Monographs & description pamphlets
be supplied if available). 6. Details of the process of manufacture in the factory. 7. Details & stocks of raw materials held. 8. Production capacity of item(s) quoted for, with the existing Plant & Machinery 8.1 Normal 8.2 Maximum 9. Details of arrangement for quality control of products such as laboratory, testing equipment etc. 10. Details of staff: 10.1 Details of technical supervisory staff in charge of production & quality control.
10.2 Skilled labour employed.
10.3 Unskilled labour employed.
10.4 Maximum No. of workers (skilled & unskilled) employed on any day during the 18 months preceding the date of Tender.
11. Whether Goods are tested to any standard specification? If so, copies of original test certificates should be
submitted in triplicate. 12. Is the Manufacturer registered with the Directorate General of Supplies and Disposals, New Delhi 110 001,
India? If so, furnish full particulars of registration, period of currency etc. with a copy of the certificate of registration.
............................................................... Signature and seal of the Manufacturer
Annexure IV K/Q - 1
GOVERNMENT OF KARNATAKA
OFFICE OF ------------------------------------------------- ----------------------------------------------------
INVITATION FOR QUOTATIONS FOR SUPPLY OF GOODS AND
EQUIPMENT
To: M/s………………………………. …………………………………… ………………………………….. ……………………………………. Dear Sirs:
Sub: Invitation of quotation for supply of ………………….. ……………………………………………………………..
1. Sealed competitive quotations are invited by the undersigned for the following
items of goods/equipment. Sl.No
Brief description of goods/equipment
Brief specifications1
Quantity Delivery period
Place of delivery
1 2 3 4 5 6 2. Quoted Price:
(a) The tenderer shall quote for items in the format of quotation attached; 1 (a) The Specifications should be drafted to permit the widest possible competition and at the same time present a clear statement of the required standards of workmanship, materials, and performances of the goods to be procured. Minimum functional specifications should be specified for equipment. Only if this is done will the objectives of economy, efficiency and fairness in procurement is realized, responsiveness of quotations be ensured and the subsequent task of evaluation of quotations facilitated. (b) Wherever the Goods are covered by Bureau of Indian Standards, the reference to the Standards should be given. If ISI marking is available it should be specified. (c) Reference to Brand name and catalogue number should be avoided as far as possible. Where unavoidable, they should be followed by the words “or at least equivalent” Note: Delete the footnote in the final letter inviting quotations.
K/Q-1 Goods and Equipment/Limited tender/Evaluation for all items together/Less than Rs.1 lakh
2
(b) All duties, taxes and other levies payable by the tenderer (including Sales
tax on the finished goods) shall be included in the item rate. (c) The rates quoted for each item shall be fixed for the duration of the
contract and shall not be subject to any adjustment. (d) Rates for supply of partial quantity of an item is not acceptable. (e) Corrections if any shall be made by crossing out, initialing, dating and
rewriting. (f) Cable or Facsimile quotations are not acceptable.
3. Each tenderer must submit only one quotation 4. Validity of quotations:
The quotation shall remain valid for a period not less than 30 days after the deadline fixed for submission of quotations.
5. Evaluation of quotations:
The Purchaser will evaluate and compare the quotations determined to be substantially responsive i.e., which are properly signed, and conform to the terms and conditions and specifications in the following manner: (a) The evaluation will be done including the Sales tax. If the tenderer has not
included the Sales tax in his quotation for the item rate, and has also not indicated the rate of Sales tax applicable, the quoted rate will treated as though it is inclusive of the Sales tax and no extra payment for Sales tax will be made;
(b) The evaluation would be done for all the items put together. The items
for which no rates have been quoted would be treated as zero and the total amount would be computed accordingly. The tenderer who has quoted for partial quantity of any one or more item(s) would be treated as non-responsive. Purchaser will award the contract to the responsive tenderer, whose total cost for all the items put together is the lowest.
6. Award of contract:
(a) The Purchaser will award the contract to the tenderer whose quotation has been determined to be substantially responsive and who has offered the lowest price as per para 5(b) above.
(b) The Purchaser reserves the right at the time of contract award to increase or decrease the quantities of any or all of the items indicated in para 1 above by 25% without any change in the unit price or any other terms and conditions.
K/Q-1 Goods and equipment/Limited tender/Evaluation for all items together/Less than Rs.1 lakh
3
(c) The Purchaser prior to the expiration of the quotation validity period will notify the tenderer whose quotation is accepted of the award of contract. The terms of the accepted offer shall be incorporated in the Purchase order.
(d) Normal commercial warranty/guarantee shall be applicable to the supplied goods;
(e) Payment shall be made immediately after the delivery of the goods and their acceptance.
(f) Notwithstanding the above, the Purchaser reserves the right to accept or reject any quotations and to cancel the quotation process and reject all quotations at any time prior to the award of the contract.
7. Last date and time of receipt of quotations:
You are requested to submit the sealed quotations superscribed on the envelope as “ Quotations for the supply of ………………………………. Due on…………..” latest by ……….. hours on ………… (date). We look forward to receiving your quotations.
Yours Sincerely,
Attachment: (Purchaser)
Name………………………. Address:……………………. …………………………….. …………………………….. Telephone No……………… Fax No……………………..
K/Q-1 Goods and equipment/Limited tender/Evaluation for all items together/Less than Rs.1 lakh
K/Q-1 Goods and equipment/Limited tender/Evaluation for all items together/Less than Rs.1 lakh
4
FORMAT OF QUOTATION
Sl.No.
Description of goods/equipment
Brief specifications
Quantity Unit Unit rate (Rs) in Figures
Unit rate(Rs.) in words
Total amount (in
Figures) 1 2 3 4 5 6
Gross Total Cost: Rs…………. (in figures)
Rs……………………………………………… (in words)
1. We agree to supply the above goods in accordance with the technical specifications for a total contract price of Rs. ………. (in figures) (Rs………………………………………… (in words), within the period specified in the Invitation for Quotations. 2. We also confirm that the normal commercial warranty/guarantee of ……… months shall apply to the offered goods.
(Tenderer)
Name: ……………………………….
Signature: …………………………….
Date:………………………………..
Annexure V K/Q - 2
GOVERNMENT OF KARNATAKA
OFFICE OF ------------------------------------------------- ----------------------------------------------------
INVITATION FOR QUOTATIONS FOR SUPPLY OF GOODS AND
EQUIPMENT
To: M/s………………………………. …………………………………… ………………………………….. ……………………………………. Dear Sirs:
Sub: Invitation of quotation for supply of ………………….. ……………………………………………………………..
1. Sealed competitive quotations are invited by the undersigned for the following
items of goods/equipment. Sl.No
Brief description of goods/equipment
Brief specifications1
Quantity Delivery period
Place of delivery
1 2 3 4 5 6
2. Quoted Price:
1 (a) The Specifications should be drafted to permit the widest possible competition and at the same time present a clear statement of the required standards of workmanship, materials, and performances of the goods to be procured. Minimum functional specifications should be specified for equipment. Only if this is done will the objectives of economy, efficiency and fairness in procurement is realized, responsiveness of quotations be ensured and the subsequent task of evaluation of quotations facilitated. (b) Wherever the Goods are covered by Bureau of Indian Standards, the reference to the Standards should be given. If ISI marking is available it should be specified. (c) Reference to Brand name and catalogue number should be avoided as far as possible. Where unavoidable, they should be followed by the words “or at least equivalent” Note: Delete the footnote in the final letter inviting quotations.
K/Q-2 Goods and Equipment/Limited tender/Evaluation for each item separately/Less than Rs. 1 lakh per contract.
2
(a) The tenderer may quote for one or more items in the format of quotation attached;
(b) All duties, taxes and other levies payable by the tenderer (including Sales
tax on the finished goods) shall be included in the item rate. (c) The rates quoted for each item shall be fixed for the duration of the
contract and shall not be subject to any adjustment. (d) Rates for supply of partial quantity of an item is not acceptable. (e) Corrections if any shall be made by crossing out, initialing, dating and
rewriting. (f) Cable or Facsimile quotations are not acceptable.
3. Each tenderer must submit only one quotation 4. Validity of quotations:
The quotation shall remain valid for a period not less than 30 days after the deadline fixed for submission of quotations.
5. Evaluation of quotations:
The Purchaser will evaluate and compare the quotations determined to be substantially responsive i.e., which are properly signed, and conform to the terms and conditions and specifications in the following manner: (a) The evaluation will be done including the Sales tax. If the tenderer has not
included the Sales tax in his quotation for the item rate, and has also not indicated the rate of Sales tax applicable, the quoted rate will treated as though it is inclusive of the Sales tax and no extra payment for Sales tax will be made;
(b) The evaluation would be done for each item separately The tenderer
who has quoted for partial quantity of an item would be treated as non-responsive. Purchaser will award the contract for each item separately to the lowest responsive tenderer for that item.
6. Award of contract:
(a) The Purchaser will award the contract to the tenderer whose quotation has been determined to be substantially responsive and who has offered the lowest price as per para 5(b) above.
(b) The Purchaser reserves the right at the time of contract award to increase or decrease the quantities of the items indicated in para 1 above by 25% without any change in the unit price or any other terms and conditions.
K/Q-2 Goods and Equipment/Limited tender/Evaluation for each item separately/Less than Rs. 1 lakh per contract
3
(c) The Purchaser prior to the expiration of the quotation validity period will notify the tenderer whose quotation is accepted of the award of contract. The terms of the accepted offer shall be incorporated in the Purchase order.
(d) Normal commercial warranty/guarantee shall be applicable to the supplied goods;
(e) Payment shall be made immediately after the delivery of the goods and their acceptance.
(f) Notwithstanding the above, the Purchaser reserves the right to accept or reject any quotations and to cancel the quotation process and reject all quotations at any time prior to the award of the contract.
7. Last date and time of receipt of quotations:
You are requested to submit the sealed quotations superscribed on the envelope as “ Quotations for the supply of ………………………………. Due on…………..” latest by ……….. hours on ………… (date). We look forward to receiving your quotations.
Yours Sincerely,
Attachment: (Purchaser)
Name………………………. Address:……………………. …………………………….. …………………………….. Telephone No……………… Fax No……………………..
K/Q-2 Goods and Equipment/Limited tender/Evaluation for each item separately/Less than Rs. 1 lakh per contract
K/Q-2 Goods and Equipment/Limited tender/Evaluation for each item separately/Less than Rs. 1 lakh per contract
4
FORMAT OF QUOTATION
Sl.No
Description of goods/equipment
Brief specifications
Quantity Unit Unit rate (Rs) in Figures
Unit rate(Rs.) in words
Total amount
(in Figures
and words)
1 2 3 4 5 6
1. We agree to supply the above goods in accordance with the technical specifications for the total price shown against the item(s) for which quotations have been submitted, within the period specified in the Invitation for Quotations. 2. We also confirm that the normal commercial warranty/guarantee of ……… months shall apply to the offered goods.
(Tenderer)
Name: ……………………………….
Signature: …………………………….
Date:………………………………..
Speedy settlement of Audit observations, Inspection reports,
Disposal & Audit paras
The Audit of the receipts and expenditure of the state is conducted by AG
Karnataka, Bangalore as behalf of the comptroller and Auditor General of
India. The Aim and purpose of the audit is among other things, to bring to the
notice of Legislature, items of expenditure which are beyond the scope of the
authorization made by the Legislature, cases of irregular expenditure, loss of
public money caused by default, lack of supervision or other causes, as well as
excess or short collection of taxes, erroneous assessment of taxes etc., Such
Audit observation are included in the Annual Reports of the CAG of India on
the Accounts of the State Govt. Separate reports are prepared in respect of
public undertakings, PRI’s under Article 151(2) of the Constitution .The reports
of CAG are submitted to the Governor who will cause them to be laid before the
Legislature of the state. The Legislature refers the CAG report (Civil) i.e. PRI’s
other departments along with appropriation and finance accounts to the
committee on public on public accounts. Similarly the CAG Report
(Commercial) to the committee on public undertakings.
In the course of Audit, AG raises certain observations or asks for
clarifications in respect of expenditure incurred or Revenue realized by the
various officers of Govt. These observations are basis on the audit in central
office or during local audit or inspection of the accounts in the departmental
offices. Some of the observations, mentioned in the observation memoranda,
audit enquires, Inspection Reports are likely to lead to audit para in the CAG
Report to be placed before the Legislature. The expeditions settlement of these
observation is therefore, most important.
Inspection Reports
During the course of local inspections, the Audit staff will be issuing
“Enquiries” calling for information on various points. The audit officer generally
discusses with the Head of the office before finalizing his inspection report. The
Head of the office should seize this opportunity to check up whether are
relevant materials have been made available to audit to enable them to bring
out the fall facts of each case in the Inspection Report and by mutual
discussion is may be possible to settle on the object all the minor objections
and irregularity.
The Head of the office without waiting for the inspection report, initiate
action to rectify irregularities, defects omissions, which came to light in the
course of audit. For example if it is discovered that a sanction issued by the
Head of the Office was in excess of the powers delegated to him. Immediate
steps should be taken to get his action ratified by the competent authority.
The inspection report should be replied within fortnight from the date of
their receipt. If it is not possible interim replies indicating the action taken
should be sent to AG and final replies within 3 months.
The request of audit is reported to departmental officers so that
appropriate action is taken to rectify the defects and omissions where possible
and to prevent their recurrence. The delay in the disposal of audit observations
tends to defect the very purpose of audit. Besides, it may involve Govt in
available loss on account of fraud, defalcation and other serious irregularities,
which ma remain undetected for want of prompt attention. With the lapse of
time it may become more difficult to settle the audit observations due to
difficulty in locating the relevant records, or death, retirement of concerned
officers and officials.
Heads of officers should maintain a registered of audit observations in
the form given below.
Register of Audit (objections) observations
(Form No.21 Budget Mannual)
Sl No.
Date of Receipt No and date of Objections slip
Nature of objection
Amount objected
Date of reply
Initials of the Officers
Remarks
As soon as the audit observations is received from AG is should be
cantered in the register.
All the audit observations received in a calendar year should be serially
numbered. Each item of audit observations should be given a serial No. If there
are two or more items is a single memo or letter received from AG, separate
serial No. Should be given for each of them
An item should be treated as closed only after an intimation of
acceptance of the reply is received from the accountant General, if however, a
reply is not received during the half year and the item is not shown as
outstanding in the next half yearly list of outstanding objections received from
the AG, the item may be treated as closed. Items which are cleared should be
rounded off as Red ink, under the alterations of the Head of the Office.
There should be only one register for the whole office and one officials
should be made responsible for the maintenance of the register.
The register should be closed monthly and reviewed by the head of the
office, while doing so special attention should be given to the clearance of old
observations still pending. If there is any difficulty the head of the office should
keep contact with the office of AG and discuss with concerned.
The AG forwards to the Head of the Dept and secretaries to Govt. half
yearly statements of audit observations outstanding for more than six months,
during June and December every year.
Immediately as receipt of the half yearly statement the Head of the Dept
should address the concerned drawing officers to clear all the audit
observations expeditiously. He should obtain from the drawing officers every
month reports showing the details of the objections cleared during the previous
months and those awaiting clearance and the reasons for the delay in the
clearance of the outstanding items. The Head of the department should closely
watch the receipt of the monthly reports, review the progress in the clearance
of the objections. And issue suitable instructions to the drawing officers.
Compliance to Pending Inspection Reports, Local Audit Reports and
Audit Reports.
The Accountant General (Audit) conducts periodical inspection of Government
Departments to test check the transactions and verify the maintenance of
important accounting and other records as per prescribed rules and
procedures, highlighting cases of financial irregularities, fraud,
misappropriations and issue inspection reports to the Heads of the Offices with
a copy to next higher authorities. Government Rules provide for prompt
response by the Executive to the inspection reports to ensure corrective action
and accountability for the lapses noticed. Serious irregularities proposed for
inclusion in the audit Reports are also brought to notice of Heads of
Departments by Audit. A half yearly report of pending inspection reports is
sent to the Secretary of the Administrative Department to facilitate monitoring.
Responses to audit observations and reports are not prompt in many cases.
There is therefore a need for significantly improved enforcement of the rules
regarding responses and follow ups. Appropriate incentives and penalties need
to e established for audit responsiveness like linking release of funds to a
department’s adherence to rules regarding audit observations.
At the field level all the drawing and disbursing officers shall be responsible for
sending compliance reports to the inspection reports / audit paras PAC paras
for years up to and inclusive of 2002-03. A report indicating year wise paras
outstanding in inspection reports / audit paras / PAC paras and the
compliance sent to audit in each quarter shall be sent to the Head of the
Department / internal Financial Advisor of the Administrative Department.
The format in which the report has to be sent is enclosed at Annexure – I.
Likewise the Heads of Departments shall forward a report in the format as in
Annexure II. Each quarter to the Finance Department. The Heads of
Departments and the Administrative Departments shall issue instructions to
the concerned treasuries not to honor non-salary bills presented by the
Drawing and Disbursing officers from whom reports are not received for the
quarter.
5
ANNEXURE – 1
Department: DDO:
Compliance Report on Paras Outstanding in Inspection Reports / Local
Audit Reports
Inspection
Report/
Local Audit
for the
Period
Dates of
Audit
Date of
Receipt
of Report
Year
Wise No.
of paras
in Report
No. of
paras for
which
replies
are sent
to Audit
No. of paras
under
Verification
No. of paras
dropped
based on
compliance
No. of paras
marked for
verification
during next
audit
ANNEXTURE – II
(i) Compliance Report on Paras in Inspection Reports / Local Audit
Reports
Department:
No. of
DDO’s
No. of
DDO’s
Audited
No. of
IRs/LARs
received
Year wise
No. of
paras in
IRs/LARs
No. of
paras
for
which
replies
are sent
No. of
paras
settled
No. of paras
outstanding
(ii) Compliance Report on Paras on Audit Reports (Civil) and Audit
Reports (Revenue Receipts)
Department:
Sl.
No.
Reference to para
No. Page No. in the
Audit Report for the
year ended
Audit
comment in
brief
Reply of the
Department
Remarks
6
Public Procurement:
There are three categories of procurement.
1. Supply of goods and services
2. Construction 3. Consultancy services
The government servants are dealing with public, money hence it is
Public Procurement.
The objective of any procurement shall be:
1. Value for money – Economy 2. Equal access and non discrimination 3. Transparency of process and decision 4. Accountability of the officials.
Steps in Procurement:
1. Determine what goods, works and services are to be procured. 2. Identify specification 3. Determine procurement agency capacity 4. Decide on type of contract 5. Decide on quality assurance program 6. Schedule the activity 7. Design the monitoring system.
Procedures to be followed in procurement
Manual of contingent expenditure: As per Rule 55(4a) “Stores” of MCE, every
officer purchasing stores in the open market is responsible for seeing that the
purchase is made in the most economical manner with due regard to quality
and efficiency by inviting competitive tender/ quotations when the purchase is
held to be large i.e. more than Rs.5000/-.
In the case of purchase up to Rs. 5000/- the officers may exercise
discretion to choose most convenient mode of purchase. So in case of
purchases up to of Rs. 5000/- cash purchase may be done.
7
When the cost of the purchase is Rs. above 5000/- and up to Rs. 1.00
lakh in case of goods services and up to Rs.5.00 lakhs in case of works/ 2
lakhs in case of water supply and school building, the procedure is to invite
competitive quotations.
Steps in procurement through quotation:
1. Notification through standard quotation formats KQ1 and KQ2 2. Publicity 3. Use of supply order – KSO 4. Contract management.
Notification: A notification shall be issued calling for quotations from the
competitive bidders. The quotation shall contain:
a) Description of the material b) Specification (Quality) c) Quantity required d) Approximate market cost e) Last date for submission of quotation f) Date, Place and time of opening of quotation.
The most important thing is to arrive at the specification of the material
in detail, which shall include physical and quality of material. ( example
measurement of paper like A4, foolscap & material quality like GSM of the
paper ) The specification shall be generic and minimum depending on the
while framing specification standard specification may also be adopted (ISI).
Where ever specification could not be arrived at, sampling method may be
adopted. Using of Brand name shall be avoided. In case it is inevitable to
quote brand name ‘or equal’ may be added. Approximate market cost of the
specified material has to be mentioned to ensure economy.
Publicity: - The competitive rates for the materials can be had from obtaining
more number of bids. This can be achieving through publicity for the
notification. The notification can be displayed on the notice board of the
important offices like the Gram Panchayat, Taluk Panchayat, Zilla Panchayat,
8
Executive Engineer, Taluk Office, Assistant Executive Engineer, Information
and Public Office in case of quotations.
As the range of quotation is between Rs. 5001 to 100000 depending on
the cost of the procurement, the notification may be published in suitable news
papers as decided by the concerned department heads, the cost of such
advertisement shall be as minimum as possible and the matter be as brief as
possible . The quotation may also be sent to the selected vendors for obtaining
the rates.
Two standard quotation forms KQ1 and KQ2 is prescribed in government
order No. FD 9 PCL 2004(11), Bangalore dated 06-08-2005 and these forms are
to be used. KQ1 is the form where evaluation to be done for all items put
together and KQ2 where in evaluation to be done for each items separately.
In quotations the rates quoted by vendors shall be valid for a minimum
period of 30 days for the purpose of evaluation acceptance and issue of supply
orders. There is no minimum time prescribed for submission of quotations
from the date of notification.
Evaluation of the quotations to be done on the basis of the factors like
the vending of specified material, commercial capability of the supplier who has
quoted the lowest rates. The schedule of activities may be determined and
supply/ work order may be issued accordingly.
When the consignment is received the goods/ materials are to be tested
for quality and specification. Only goods in accordance with the specification
and quality shall be accepted and paid accordingly.
The Karnataka Transparency in Public Procurement Act 1999 is brought
in to force from 4th October 2000. The KTPP rules 2000 are effective from 24th
October 2000. Importance is given to transparency in the Act & rules in all
aspects i.e right from invitation of tender till award of tender.
9
The process involved under KTPP is procurement through open tenders.
The principle adopted is equal opportunity and sharing of risk between the
client and the contractor.
The following are the stages of procurement:
1. Procurement planning 2. Preparation of notification 3. Invitation to tender 4. Scope and value of contract to be included 5. Preparation and issues of tender forms 6. Receipt and opening of tender forms 7. evaluation of tenders received 8. Award of tender 9. Agreement between the client and contractor 10. Work Order 11. Execution/Contract Management 12. Quality Control.
Government in their circular dated 25th October 2002 issued instruction for
procurement planning, packaging and scheduling and making available funds
to match the requirements. Planning of packages is an important activity,
which needs to be finalized before taking up a project for implementation. The
instructions shall be followed strictly in respect of all projects irrespective of
the funding agency. The principle behind packaging is the need for technical
requirement, for speedy execution, preparedness to invite tender and the
expected competition.
The notice inviting tender shall include all the information contained in Rule
9 of KTPP Rules. It shall also include the specification of the material and the
estimated cost. The notification shall be published in District Tender Bulletin.
a. The Deputy Commissioner is the District Tender Bulletin Officer. It shall be also published in the State tender Bulletin if the estimated cost
is more than one crore.
• The Deputy secretary in the administrative department is the state tender Bulletin officer.
• In case of all procurements the estimated cost of which is more than 10
crore, it shall find a place in the National Trade Journal also.
• It shall also be notified in the news paper as per the departmental guidelines. If the notification to be done within the district it shall be
10
through District Information Officer. If it also outside the District through Commissioner Information & Publicity.
• Standard tender documents for all categories of procurement are prescribed by the government and are available in the finance department website: www.kar.ni.in/finance.
The KTPP Act, Rules, Government Orders, Circulars etc., are also available in
the web site.
The minimum period for submission of tenders from the date of
notification of tender bulletin shall be 30 clear days where the cost of tender is
up to 2 crores and 60 clear days where the cost of tender is more than 2 crores.
The tender forms shall be prepared and ready for issue on the date of
notification in the tender bulletin. Taking application, fixing time for issue of
tender forms, issue of tender forms at the end of tender submission period
shall be dispensed as in circular dated 1st September 2003.
The minimum validity period of the rates quoted in tender shall be 90
days from the last date of submission of tender. During this period the tenders
are to be opened, evaluated for its responsiveness both technically and
financially, award of tender, enter in to the agreement and issue of work
order/supply order has to be completed.
The tenderer might be awarded a number of contracts based on the
requirements of registration in a particular class and he may not be capable to
execute them satisfactorily within stipulated time schedule, because of lack of
resources and capability. Hence the necessity for qualification criteria.
The qualification criteria to check the requisite resources required for the
satisfactory performance of the contract should be appropriately incorporated
both in pre-qualification documents and also all other tender documents for
works and goods. The model qualification criteria is also given in the circular
dated 3rd December 2002
Besides the qualification criteria the available tender capacity of the
tenderes are to be assessed before award of contract
To qualify for contracts for which tenders are invited the tenderer must
demonstrate the experience and resources sufficient to meet the aggregate of
the qualifying criteria for the individual contracts.
11
Tenderers who meet the minimum qualification criteria will be qualified
only if their available tender capacity is more than the total tender value.
The tender documents for works /supply estimated to cost more than 20
lakhs, but below Rs. 50 lakhs where single cover system is followed should
have post qualification criteria. Which have to be satisfied by the lowest
evaluated responsive tenderer both for the aggregate qualification criteria as
well as available tender capacity before taking decision on the award of the
contract.
Assessed Available Tender Capacity = (A*N-B)
Where
A=Licensed capacity for the item of supply
N=Number of years prescribed for completion of the for the supplies for which
tenders are invited
B=Number of existing commitments to be supplied during the next year
The tender accepting authority shall cause the evaluation of the
tenderers to be carried out strictly on the basis of the qualification criteria
prescribed in the tender document and also on their available tender capacity.
In view of the above it is reiterated that the contracts should be awarded only
to the lowest technically and commercially responsive tenderer.
When the estimated cost of procurement exceeds Rs. 50 lakhs in value,
the tender inviting authority shall fallow the two-cover tender system. The first
cover shall contain experience and past performance, capabilities with respect
to personnel, equipment, financial status and capacity and other information
relevant the tender including EMD. This cover is known as The Technical bid.
The second cover-financial bid shall contain prices quoted by the tenderers
only.
The tender accepting authority qualify those tenderers who have
submitted a technically responsive tender, who are qualified for considering the
financial bid in the second cover.
12
The award of contracts shall be to the lowest technically and
commercially responsive tenderer. A notice of award of contract be issued to
the awardee to submit the agreement along with 5% performance deposit and a
time 20 days be given to furnish PSD and get in to agreement. If the contractor
fails to do so the EMD shall be forfeited and the contract is treated as non-
responsive.
After the agreement and submission of PSD work/supply order shall be
shall be issued for execution of the contract.
The contract document shall specify the schedule of delivery/ progress
chart of the contract which is binding on the contractor. If the contractor fails
to adhere to the progress shown in the Standard tender documents, Liqudated
damages shall be levied as in contract data.
Standard tender documents are prescribed for all category of
procurement including quotation. These tender documents are mandated and
has to be used invariably. All the tender documents include Instructions to
tenderers, General conditions of contract, special condition of contract, format
for agreement and contractor data. Conditions specific to the contract shall be
included in special condition of contract.
The object of the contract is quality and economy. If the contract is
awarded to the lowest technically and financially evaluated bidder, economy is
ensured but the quality has to be ensured while execution as per specification
by the officer in charge of procurement. This can be ensured by testing the
material/ work for their quality. This is quality control of the procurement.
Instructions are issued in Government order dated 17th February 2005 for
third party quality control.
Procurement of consultancy services is different from that of goods and
works. The following steps shall be followed during hiring of consultants.
1. Preparation of the terms of reference for the assignment (TOR) 2. Preparation of the cost estimate to determine the budget of the
assignment 3. Advertising to invite the expression of interest from consultants 4. Shortlisting to identify consultants qualified for the assignment 5. Preparation and issue of the Request for proposal 6. Preparation and submission of proposals by the consultants 7. Evaluation of the technical proposal. 8. Evaluation of the financial proposal 9. Award of contract
13
The procurement entities shall fallow the procedures laid down to ensure
transparency to get best result in terms of quality and economy.
Since the standard tender documents have been prescribed, any addition
to be made, it has to be made in the special condition of contract.
Those projects which are funded by outside funding agency, such
funding agency issues instruction in their scheme documents regarding
procurements, that shall be followed, which is exempted under Sec.3 of KTPP
Act 1999.
-----------------0---------------------