INDEPENDENT REVIEW PANEL

Similar documents
Guideline. For. Determination of Major and Minor Deviation PPRA. October, Further information may be obtained on

INDEPENDENT REVIEW PANEL

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

Procurement of Goods. Guidelines for Preparing Responsive Bids for. National and International. Competitive Bidding PPRA.

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

TO ORGANISE THE MALDIVIAN NIGHT-ITB FAIR 2018, BERLIN, GERMANY FOR THE YEAR 2018

FOR HOSTESS SERVICES DURING ITB 2018, BERLIN, GERMANY FROM 7 TO 11 MARCH 2018

ANNUAL CONTRACT FOR THE PURCHASE OF EARPLUG FOR THE SRI LANKA AIR FORCE YEAR 2018

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

Section I: Instruction to Offerors

NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF FORMS AND FORMATS. DATE OF COMMENCEMENT OF SALE OF BIDDING DOCUMENT : 12 th February 2016

FOR TRANSPORT SERVICES DURING ITB 2018, BERLIN, GERMANY FROM 04 TH TO 12 TH MARCH 2018

THE HIGH COURT OF DELHI AT NEW DELHI

FOR TRANSPORT SERVICES DURING ITB 2017, BERLIN, GERMANY FROM 8 TH TO 12 TH MARCH 2017

22 Climate Resilience Improvement Project

B I D D I N G D O C U M E N T S. for Supply of Turnouts for UIC60 Rails in Ballastless Track. for

Procurement of Goods

Supply of Notebook Computers

INVITATION FOR PROPOSAL TO PROVIDE LEGAL CONSULTANCY SERVICES

Title: Supply of Office furnitures

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

TENDER DOCUMENTS. Procurement of Goods. International Competitive Tendering. Public Procurement Board. Accra, Ghana

The lowest or any Tender will not necessarily be accepted, and the Township reserves the right to award any portion of this Tender.

NOTICE INVITING TENDER (NIT)

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

AMMONIA UREA PLANT BASED ON COAL GASIFICATION TALCHER FERTILISERS LIMITED ODISHA (INDIA) Amendment - VII. NIT NO.: PNMM/PC 009/E-4002 dated

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

Procurement Guidelines for. the Japanese Grants. (Type I)

AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot.

Dr. Nael Bunni, Chairman, Dispute Resolution Panel, Engineers Ireland, 22 Clyde Road, Ballsbridge, Dublin 4. December 2000.

Norwegian Refugee Council IRAQ

A CONSOLIDATED VERSION OF THE PUBLIC PROCUREMENT ACT

TERMS AND CONDITIONS OF THE INVITATION TO BID

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

N O T I F I C A T I O N

THE PRESIDENCY EXECUTIVE OFFICE OF THE PRESIDENT DEPARTMENT OF DEVELOPMENT OF ARID AND SEMI-ARID REGIONS

PUBLIC PROCUREMENT AND CONCESSIONS REGULATIONS

REQUEST FOR PROPOSAL: No. RFP/SWEST/2017/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF. [Documentary movie production]

Procurement of Works

Procurement of BIDDING DOCUMENTS. for. ICB No: N1-T01/2016. Project: NAGPUR METRO RAIL CORPORATION LIMITED. Purchaser: NMRCL

SINGAPORE INTERNATIONAL ARBITRATION CENTRE (SIAC)

KP1/9AA-2/PT/26/CS/15-16 FOR PROVISION OF ADVERTISING &MEDIA SERVICES December, 2015

TENDER DOCUMENT. For Supply of Office Petty Stationery, Printed Stationery and ATM Rolls for year

NOTICE INVITING TENDER (e-tender)

NOTICE INVITING TENDER (NIT)

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

THE NEW LEGISLATIVE PACKAGE ON PUBLIC PROCUREMENT, CONCESSIONS FOR WORKS AND CONCESSIONS FOR SERVICES

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017

RFx Process Terms and Conditions (Conditions of Tendering)

Annex IX Regulations governing administrative review, mediation, complaints and appeals

Constitution. The Cancer Council NSW ABN Registered as a Company Limited by Guarantee on 30 September 2005

PROCUREMENT REVIEW PANEL

Secretariat 28 July 2011

WASHINGTON COUNTY CIRCUIT COURT CIVIL PROCEDURES (Revised June, 2012)

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

MARITIME ARBITRATION RULES SOCIETY OF MARITIME ARBITRATORS, INC.

REPUBLIC OF KENYA THE PRESIDENCY MINISTRY OF PUBLIC SERVICE, YOUTH AND GENDER AFFAISRS HUDUMA KENYA SECRETARIAT

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

REQUEST FOR PROPOSAL Enterprise Asset Management System

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR ANNUAL TENDERS FOR SUPPLY AND DELIVERY OF DETERGENT, SOAP, TOILETRIES AND DISINFECTANTS

DRAFT RULES UNDER THE COMPANIES ACT, Draft National Financial Reporting Authority Rules, 2013

General guidance on EFSA procurements

113th Session Judgment No. 3136

Standard Bid Document

TENDER FOR SUPPLY AND DELIVERY OF THERMAL ROLLS. Framework contract AGPO

Janata Bank Limited T E N D E R D O C U M E N T FOR THE PROCUREMENT OF

Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi Notice inviting Quotations

TENDER EVALUATION MANUAL

UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED

TENDER FOR PROCUREMENT OF E-LEARNING CONTENT LICENSE FOR THE CENTRAL BANK OF KENYA

Board of Intermediate Education Bakhtiari Youth Center, North Nazimabad, Karachi

PUBLIC PROCUREMENT RULES, 2004

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

DATE: 10/06/2016. INVITATION TO BID: No. ITB UNHCR/PMCS/2016/GOODS/766

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

CITY OF FAIRBANKS BID REQUEST FOR FURNISHING LED STREET LIGHT FIXTURES (MATERIALS ONLY) THE CITY OF FAIRBANKS PUBLIC WORKS DEPT BID NUMBER: FB-14-41

THE COURTS ACT. Rules made by the Chief Justice, after consultation with the Rules Committee and the Judges, under section 198 of the Courts Act

CHEMELIL SUGAR COMPANY LIMITED

INTERNATIONAL SEABED AUTHORITY. Rules of Procedure and Guidelines of the Joint Appeals Board

NATIONAL BIOSAFETY AUTHORITY

OPEN TENDER TENDER NO: KRCS/PRF02080/2018 PROVISION OF INSURANCE COVER FOR KENYA RED CROSS GLA/GPA/WIBA FOR THE YEAR 2018/2019

KENYA FERRY SERVICES LIMITED TENDER DOCUMENT FOR PROVISION OF SEWAGE WASTE REMOVAL AND SANITARY DISPOSAL SERVICES TENDER NO. KFS/SDS/12/03/2015

Haile Selassie Avenue P. O. Box Nairobi Kenya Telephone Telex Fax / TENDER DOCUMENT

MINISTRY OF HEALTH. TENDER No. MOH/ONT/001/

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/ &

Department of Labor Relations TABLE OF CONTENTS. Connecticut State Labor Relations Act. Article I. Description of Organization and Definitions

CHAPTER 73:05 PROCUREMENT ACT 2003 ARRANGEMENT OF SECTIONS

KENYA CIVIL AVIATION AUTHORITY TENDER NO. KCAA/016/

UNIFORM ACT ON ARBITRATION WITHIN THE FRAMEWORK OF THE OHADA TREATY

TENDER NO.SRC /CS/06/ : FOR PROVISION OF COURIER SERVICES WITHIN NAIROBI AND ITS ENVIRONMENT TO SALARIES AND REMUNERATION COMMISSION

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

ARBITRATION RULES OF THE COMMON COURT OF JUSTICE AND ARBITRATION

TENDER. INVITATION TO BID: No. ITB/SOM/GAL/17/008. CLOSING DATE AND TIME: Wednesday August 30, 2017, 16.30pm EAT

REQUEST FOR QUOTATION (RFQ) 3/5/2010 REFERENCE: RFQ-SS-Motorbike-CSAC

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

NATIONAL COMPANY LAW APPELLATE TRIBUNAL, NEW DELHI

Sl. No. Query/ Concern Clarification/ Information/ Amendment

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT FOR

Transcription:

Decision No. 18/14 INDEPENDENT REVIEW PANEL In the matter of: Securiclean (Mtius) Ltd v/s (Applicant) Ministry of Local Government & Outer Islands (Cause No. 13/14/IRP CPB/55/2013) (Respondent) Decision A. History of the case 1.0 On 08 January 2014, the Ministry of Local Government & Outer Islands invited sealed bids through an Open Advertised Bidding from qualified bidders for Solid Waste Scavenging Services for Housing Estates including carting away of post cyclonic waste. Lot 1 Port Louis Area Lot 2 Quatre Bornes Area Lot 3 Curepipe Area Lot 4 Lot 4A Riviere du Rempart Area Lot 4B Pamplemousses Area 1.1 The closing date for the submission of bids was 25 February 2014, at 13.30 hrs at latest, at the Central Procurement Board. Five bids were received and a public opening was carried out on the same day at 14.00 hrs in the conference room of the Central Procurement Board.

1.2 Bids were received from five bidders namely: Securiclean (Mauritius) Ltd Norba Nettoyage Ltee Atics Ltd Compagnie Regionale de Services et de L Environnement Ltee (CRSE Ltee) Maxiclean Co. Ltd 1.3 The bid prices were read out as follows: Total Bid Amount after discount inclusive of VAT for 36 months, Rs Lot Securiclean Norba Nettoyage Atics Ltd CRSE Ltee Maxiclean Remarks No (Mtius) Ltd Ltee Co. Ltd 1 37,025,000-28,750,000 18,170,000 27,197,500 2 26,928,000 11,471,023.73 22,346,800 24,322,500 17,999,800 3 33,920,000-29,095,000 29,842,500 26,279,800 Discount Nil 4 34,035,000-29,716,000 29,612,500 26,693,800 Grand Total 131,908,000 11,471,023.73 109,907,800 101,947,500 98,170,900 1.4 After correction of an arithmetical error in Applicant s bid, the corrected price is as follows: Lot 2 Quatre Bornes Area S.N Bidder Bid Price as read out (inc VAT) Corrected Bid Price (inc VAT) 1 Securiclean (Mauritius) Ltd 26,928,000 16,928,000 2 Norbon Nettoyage Ltd 11,471,023.73 11,471,023.73 3 Atics Ltd 22,346,800 22,346,800 4 CRSE Ltee 24,322,500 24,322,500 5 Maxiclean Co. Ltd 17,999,800 17,999,800 Lot 3 Curepipe Area S.N Bidder Bid Price as read out (inc VAT) 1 Securiclean (Mauritius) Ltd 33,920,000 23,920,000 2 Atics Ltd 29,095,000 29,095,000 3 CRSE Ltee 29,842,500 29,842,500 4 Maxiclean Co. Ltd 26,279,800 26,279,800 Corrected Bid Price (inc VAT) 2

Lot 4 Riviere du Rempart and Pamplemousses Area S.N Bidder Bid Price as read out (inc VAT) 1 Securiclean (Mauritius) Ltd 34,035,000 24, 035,000 2 Atics Ltd 29,716,000 29,716,000 3 CRSE Ltee 29,612,500 29,612,500 4 Maxiclean Co. Ltd 26,693,800 26,693,800 Corrected Bid Price (inc VAT) B. Notification of Award The Ministry of Local Government & Outer Islands through a letter dated 28 April 2014 informed the Applicant of the particulars of the successful bidders as follows: Lot No. Housing Estates Bidders Address Contract Price inclusive of VAT (Rs) 1 Port Louis Area CRSE Ltee Montagne Jacquot Pointe aux Sables 18,170,000 2 Quatre Bornes Area Maxiclean Co. Ltd 3 Curepipe Area Maxiclean Co. Ltd 4 Riv. du Rempart Maxiclean Co. Pamplemousses Ltd Area Grande Rosalie, D Epinay 17,999,800 Grande Rosalie, D Epinay 26,279,800 Grande Rosalie, D Epinay 26,693,800 C. The Challenge By letter dated 30 April 2014, the Applicant challenged the award on the following grounds: 1. Having submitted the lowest bid, and in the absence of any valid reason, the Bidder should have been awarded the contract straight away for: (a) Lot No. 2 Quatre Bornes area amounting to Rs16,928,000 (b) (c) Lot No. 3 Curepipe area amounting to Rs23,920,000 Lot No. 4 Riviere du Rempart area/pamplemousses area amounting to Rs24,035,000. Maxiclean Co. Ltd has been awarded for lots no. 2, 3 and 4 whereas its bid is higher and amounts to Rs17, 999,800, Rs26,279,800 and Rs26,693,800 respectively. 3

2. In the circumstances, the Bidder has reasons to believe that its bid has not been retained on the ground that it had allegedly not complied with Clause ITB 6.5(e). Clause ITB 6.5(e) of Section 1 Instructions to Bidder requires the bidder to submit evidence in the form of a Bank Testimonial of its liquid assets and/or credit facilities net of other contractual commitments as per the amount stated for each lot in the Bidding Data Sheet in respect of the lots for which the Bidder is selected for award of the contract. The Bidder has submitted the Bank Testimonial issued by the Mauritius Post and Cooperative Bank Limited (the MPCB Ltd). Should this be the case, the Bidder contests this ground for the following reasons: (i) It has been using a similar format as issued by MPCB Ltd since years and has been successful in numerous bids. The Bank Testimonials of the Bidder has never been questioned in the past though the bids were successful. The bidder believes that the MPCB Ltd issues similar Bank Testimonials for its other clients who participate in tenders; (ii) There is no prescribed form or wordings for such Bank Testimonials. (iii) Even if the Bank Testimonial did not comply fully with ITB 6.5(e), and in the absence of any prescribed form or wording, and having accepted the Bank Testimonials in the past for numerous bids, the Central Procurement Board should have sought clarifications under section 37(1) of the Public Procurement Act 2006 during the examination of the bid, as this document does not in any way change the price for substance of its bid. (iv) In any event for all tenders closed prior to 11 March 2014 or to the publication of the prescribed wordings for adequacy of working capital, the Public Body should have given an opportunity to all bidders to rectify the wordings of their bank testimonials as highlighted by the Independent Review Panel in PCR Works v/s NHDC. D. The Reply to Challenge By letter dated 06 May 2014, the Public Body made the following reply to the challenge: ITB 6.5(e) of the bidding document stipulates that to qualify for award of Contract, bidders shall meet the following qualifying criteria: liquid assets and/or credit facilities, net of other contractual commitments as per the 4

amount stated for each lot in the BDS in respect of lots for which the bidder is selected for award of contract. In the Bidding Data Sheet (BDS) ITB 6.5(e) stipulates that inter alia that: The bidder should have secured a credit facilities and/or liquid assets net of other contractual commitments for at least the amount as indicated for the lot(s) in Section VI Table 2 to be qualified for award of contract. Evidence in the form of Original Bank Testimonial dated not more than 1 month from date of submission of bids shall be submitted. The Bank Testimonial shall be on the letter head of the Bank, clearly mentioning the name of the Bidder, refer to the present procurement exercise and stipulate the amount of financial resources/credit facilities that can be made available to the Bidder. Securiclean (Mauritius) Ltd has submitted an original bank testimonial in which the bank opines that the company has the credit facilities and liquid assets for the proper execution of the above contract for a minimum liquid asset and/or credit facilities as follows: Lot 1 MUR 800,000 Lot 2 MUR 800,000 Lot 3 MUR 1,300,000 Lot 4 MUR 1,300,000 However, it did not specify whether the amounts are net of other contractual commitments. Moreover, the fact that the Bank has only given its opinion instead of certifying or testifying that the amount of financial resources/credit facilities that can be made available to the bidder is a major departure from the requirements of ITB 6.5(e); and You may further note that Clause (iv) under the Guidelines for the determination of responsiveness of bids of directive No. 3 from the Procurement Policy Office dated 30 April 2010 list the grounds for rejection of a bid and Clause (iv)(k) reads as follows failure to submit major supporting documents required by the bidding documents to determine substantial responsiveness of a bid (e.g. evidence of adequacy of working capital if so required in the bidding document). The Bank Testimonial submitted by Securiclean (Mauritius) Ltd fell short of meeting the requirements of the bidding process, thus not being acceptable as presently drawn. This omission on the part of the bidder being a major deviation cannot be cured through clarification at the evaluation stage. 5

E. Grounds for Review On 12 May 2014, the Applicant seized the Independent Review Panel for review on the following: 1. The Ministry of Local Government and Outer Islands (hereinafter referred to as the Public Body) was wrong to have disqualified and ought not to have disqualified Securiclean (Mtius) Ltd on the ground that it had allegedly not complied with Clause 6.5(e) of Instruction to Bidders (ITB). 2. The Public Body has failed and neglected to award the contracts concerning Lot No. 2, Lot No. 3 and Lot No. 4 to Securiclean (Mtius) Ltd which has submitted the lowest evaluated substantially responsive bid, and this, in contravention of Section 45 of the Public Procurement Act. 3. Before applying the decision Pro Construction & Renovation Works Ltd v/s National Housing Company Ltd (hereinafter referred to as PCR Works v/s NHDC Ltd) to any bid, the prescribed wordings for adequacy of working capital ought to have been published. 4. For all tenders closed prior to 11 th March 2014 (the closing date of tender CPB/55/2013 was the 25 th February 2014) or the publication of the prescribed wordings for adequacy of working capital, the Public Body should have given an opportunity to all bidders to rectify the wordings of their bank testimonials as highlighted by the Independent Review Panel in PCR Works v/s NHDC Ltd. 5. In any event after having accepted the bank testimonials with exactly the same wordings for the past seven years for bids made by the Applicant which have been successful, the Public Body should have accepted the bank testimonial. F. The Main Issue 1.0 The main issue which arises in this case relates to the interpretation and scope of Clause ITB 6.5(e) which is reproduced hereunder: To qualify for award of Contract, bidders shall meet the following qualifying criteria: liquid assets and/or credit facilities, net of other contractual commitments as per the amount stated for each lot in the 6

BDS in respect of lots for which the bidder is selected for award of contract. 1.1 The Applicant submitted an original Bank Testimonial dated 04 February 2014 under the letter head of the bank (MPCB), mentioning the name of the bidder (Securiclean (Mauritius) Ltd). This testimonial, as worded refers specifically to the contract under consideration, and indicates expressly that the credit facilities and liquid assets are meant for the proper execution of the said contract, as particularised hereunder (the underlining is ours): Lot 1 MUR 800,000 Lot 2 MUR 800,000 Lot 3 MUR 1,300,000 Lot 4 MUR 1,300,000 1.2 However, the expression net of other contractual commitments did not appear on the testimonial submitted by the Applicant. G. The First Evaluation Report submitted on 18 March 2014 1.0 The Bid Committee under the Chairmanship of Mr D. Kawol, met on 03 March 2014. The Evaluation Report was submitted on 18 March 2014. The Bid Evaluation Committee found that bids from Securiclean (Mauritius) Ltd, Atics Ltd, Maxiclean Ltd and CRSE to be technically responsive as each scored more than 18 marks out of 30 marks, and these bids were accordingly been retained for Financial Evaluation (para 5.7.3 and para 6.1). 1.2 After proceeding with the correction of an arithmetical error, the Bid Evaluation Committee concluded that the lowest evaluated bidder for Lots 2, 3 and 4 was Securiclean (Mauritius) Ltd. H. The Intervening Decision in case Pro-Construction & Renovation Works Ltd v/s NHDC (Dec. No. 05/14) 1.0 On 11 March 2014, by a majority of 2 to 1, the Independent Review Panel, as it was then constituted, issued its decision in the case of Pro-Construction & Renovation Works Ltd v/s NHDC (Dec. No. 05/14), the operative part of which is reproduced hereunder: 7

The document submitted by the aggrieved bidder admittedly does not use the exact wordings of ITB 6.3(e) of the Bidding Data Sheet. Thus, it is considered that the aggrieved bidder has failed to submit an appropriate document to fully comply with the mandatory requirement of ITB 6.3(e). This omission on the part of the aggrieved bidder cannot be cured with clarification at the evaluation stage. 1.1 The application was set aside because the testimonial submitted by the Applicant did not mention net of other contractual commitments. 1.2 However, it was a unanimous recommendation of the three members of the Independent Review Panel, as then constituted that a prescribed form should henceforth be included in the bidding documents. I. The Second Evaluation (First Supplementary Report) 1.0 On 21 March 2014, the Evaluation Committee was invited to take into consideration the majority decision of the Independent Review Panel in the case of Pro-Construction & Renovation Works Ltd v/s NHDC (Decision No. 05/14). 1.1 After going through the majority decision, the Evaluation Committee maintained its initial decision, grounded as follows: Although the words net of other contractual commitment do not appear on the testimonial, the Committee was of the opinion that the credit facilities and liquid assets were exclusively for the execution of the said contract, i.e. net of other contractual commitment (the underlining is ours). 1.2 The Bid Evaluation Committee maintained its previous recommendations made in its report dated 18 March 2014. J. Legal Advice 1.0 In the light of the second recommendation of the Evaluation Committee, maintaining its first decision, the Central Procurement Board, sought legal opinions from two different sources. 1.1 The first legal opinion dated 28 March 2014 reads as follows: In the light of the decision reached by the Independent Review Panel, 8

it may be concluded that the impugned Bank Testimonial fell short of meeting the requirements of the bidding process, thus being not acceptable as presently drawn (the underlining is ours). 1.2 This decision was however, accompanied by an important recommendation worded as follows You may wish to consider the necessity of having a standard format for such requirements so as to ensure uniformity. This would avoid rendering otherwise responsive and competitive bids inadmissible (the underlining is ours). 1.3 The second legal opinion dated 14 April 2014 is concluded as follows:... a bank testimonial furnished by a bidder wherein it is not expressly specified that the credit facilities and/or liquid assests are net of other contractual commitments should be considered to have fallen short of meeting the requirements of ITB 6.5(e) (underligning is ours). K. Third Evaluation submitted on 23 April 2014 (Second Supplementary Evaluation Report) 1.0 At para 1.0, the Bid Evaluation Committee met on 23 April 2014 at the request of the Central Procurement Board to review the recommendations of the Bid Evaluation Reports submitted on 13 March and 24 March 2014 respectively, on the basis of the recommendations of the two legal opinions received on 28 March 2014 and 14 April 2014. 1.1 At para 4.0 of the Report submitted on 23 April 2014, the Findings was as follows: In the light of the above Bank Testimonial submitted by Securiclean (Mauritius) Ltd was considered to be non-compliant to the requirements at clause 6.5(e) and was considered substantially non-responsive to the requirement of the bid document hence the present application. L. Hearing 1.0 The hearing started on 12 June 2014 and all the parties were represented by Counsel. 1.1 In the course of the hearing, oral evidence was adduced and relevant documents were produced by the Parties, including a copy of Directive No. 3. 9

1.2 The hearing was characterised by an enlightening exchange of views between the Parties, as well as between the Parties and the Panel. 1.3 The Panel was subsequently favoured with written submissions in support of the respective cases of the Parties. 1.4 Given that the appeal was lodged before constitution of the present Panel, which became effective only on 29 May 2014, all the parties agreed to waive the statutory requirement for the hearing and decision in this case. Furthermore, in view of the history of this case, we have taken more than usual time to look into all its aspects, scrutinizing documents and oral evidence, without neglecting the various views expressed in the course of the exchange and in the written submissions. M. Discussions and Findings 1.0 As assessed by the Evaluation Committee in their first and second evaluation reports, Applicant passed successfully the eligibility and responsive test. Thereafter, following the correction of an arithmetical error in the bid price of the Applicant, the Evaluation Committee, comprising of experts in their respective fields, recommended the Applicant as the lowest evaluated responsive bidder. 1.1 Subsequently, based on the majority decision of the Independent Review Panel, as it was then constituted in the case of Pro- Construction & Renovation Works Ltd v/s NHDC (Decision No. 05/14), and on the basis of the two converging legal opinions, the Evaluation Committee reversed its initial decision and declared Applicant non-responsive. 2.0 In the discharge of its functions under the law, the Central Procurement Board is assisted by a Bid Evaluation Committee, composed of experts in their relevant fields, and knowledgeable about public procurement procedures. 2.1 The law empowers the Central Procurement Board to review the recommendation of a Bid Evaluation Committee or to require the Evaluation Committee to make a fresh or further evaluation on specified grounds. 10

2.2 It is therefore quite understandable that in the present case the Central Procurement Board did ask the Bid Evaluation Committee to have a fresh look at its first evaluation in the light of a previous decision of the Independent Review Panel. The Central Procurement Board was however ill advised to seek legal opinion, subsequent to the second report of the Evaluation Committee. We are of the view that a legal advice, however sound and attractive it may be, cannot be a valid substitute for expert opinion. It is to be observed that in its second report, the Committee maintained its original decision, in spite of the majority decision of the Independent Review Panel, in case Pro-Construction & Renovation Works Ltd v/s NHDC (Decision No. 05/14). Had the Central Procurement Board stopped at the second report of the Evaluation Committee, the Independent Review Panel would not have been saddled with the present application. 3.0 We have carefully examined the majority decision in the case of Pro-Construction & Renovation Works Ltd v/s NHDC (Decision No. 05/14), and note that the Independent Review Panel quite rightly referred to Directive No. 3, material extracts of which, are reproduced hereunder. ITB 29.2 A substantially responsive bid is one that meets the requirements of the Bidding Document without material deviation, reservation, or omission. A material deviation reservation, or omission is one that, (a) If accepted, would: (i) Affect in any substantial way the scope, quality, or performance of the Works specified in the Contract; or (ii) Limit in any substantial way, inconsistent with the Bidding Document, the Employer s rights or the Bidder s obligation under the proposed Contract; or (b) If rectified, would unfairly affect the competitive position of other Bidders presenting substantially responsive bids. ITB 30.2 Provided that a bid is substantially responsive, the Employer may request that the Bidder submit the necessary information or documentation, within a reasonable period of time, to rectify nonmaterial nonconformities in the bid related to documentation on 11

such nonconformities shall not be related to any aspect of the price of the bid. Failure of the Bidder to comply with the request may result in the rejection of its bid. ITB 30.3 Provided that a bid is substantially responsive, the Employer shall rectify quantifiable nonmaterial nonconformities related to the Bid Price. To this effect, the Bid Price may be adjusted, for comparison purposes only, to reflect the price of a missing or non-conforming item or component. The adjustment shall be made using the methods indicated in Section III (Evaluation and Qualification Criteria). 5. Legal advice obtained by the Procurement Policy Office has confirmed that non-submission of factual documents and information like trade license or contractor s permit that is, documents and information which cannot be tampered with, are non-material omissions. Accordingly, and in-keeping with the provisions under ITB 29.2(b), it becomes equally important to establish what are those missing documents that, if rectified, would unfairly affect the competitive position of other Bidders presenting substantially responsive bids. 3.1 We can therefore safely assume that the members of the Independent Review Panel who issued the majority decision in the case of Pro-Construction & Renovation Works Ltd v/s NHDC (Decision No. 05/14), must have been aware of the test laid down in Directive No. 3, in so far as the assessment of responsiveness of bids is concerned. It is unfortunate, therefore, that they limited themselves to a question of drafting/wording of the impugned testimonial, instead of applying the appropriate test. 3.2 We are of the view that drafting/wording, which is more a question of form than anything else, cannot per se be interpreted as a major deviation from the bid requirement, moreso, as in this case, no prescribed form is available. With due respect, therefore, to the members who issued the majority decision, we are unable to agree with them. 3.3 Likewise, we are not prepared to follow the converging legal advice, it is noted that in so far as the legal opinions are concerned, no reference is made to any interpretation aid, as for example, Directive No. 3 or the guidelines for the assessment of Responsiveness issued by the Public Procurement Office. We are 12

therefore left to assume that the legal advisers were not in presence of the relevant interpretation tool. 4.0 We are therefore of the view that the Evaluation Committee, in revising their original decision on the basis of the converging legal opinions, abdicated their responsibility to the detriment of their independence and expertise. 5.0 On the other hand, we agree with the submission of Counsel appearing for the Applicant to the effect that there is no difference in meaning between the wording (the said contract) used in the testimonial and the expression net of other contractual commitments. The member of the Independent Review Panel who issued the minority decision in the case of Pro-Construction & Renovation Works Ltd v/s NHDC (Decision No. 05/14) is of the same view. 5.1 Even if we were to assume that the wording in the testimonial does not convey the same meaning as the expression net of other contractual commitments, we are of the view that this apparent non-conformity, if rectified, would not have any bearing on the competitive position of other bidders presenting substantially responsive bids. 5.2 In the circumstances, the non-conformity, if any, with ITB 6.5(e), can, in our opinion, be only a minor non conformity, and the Applicant ought to have been given the opportunity to rectify the wording of the testimonial, moreso, as per the unchallenged evidence, the Applicant has been, for a number of years, submitting testimonials similarly drafted. 6.0 We therefore conclude that the Applicant, which was originally assessed as a substantially responsive bidder, had been improperly eliminated. 13

N. Decision In the light of our findings, as hereinabove discussed, we find merit in the application and accordingly recommend a revision of the decision in relation to the award for Lots No 1 and 3, as particularised under para A(1.0) herein. (Said Toorbuth) Chairperson (Siv D. M. Potayya) Member (Jacques C. Nauvel) Member Dated: 05 September 2014 14