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

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

INDEPENDENT REVIEW PANEL

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

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

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

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

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

INVITATION FOR PROPOSAL TO PROVIDE LEGAL CONSULTANCY SERVICES

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

PUBLIC PROCUREMENT RULES, 2004

Section I: Instruction to Offerors

TENDER PROCEDURE RULES

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

Model Non-Collusion Clauses and Non-Collusive Tendering Certificate

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

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

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

22 Climate Resilience Improvement Project

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

Subject: SOLICITATION OF BIDS, PROPOSALS AND THE AWARD OF PROCUREMENT CONTRACTS OUTDATED

CONSTRUCTION INDUSTRY DEVELOPMENT BOARD

Outdated as of 10/8/13

PUBLIC PRIVATE PARTNERSHIPS ACT

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

THE HIGH COURT OF DELHI AT NEW DELHI

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

INDEPENDENT REVIEW PANEL

Assessment tool for compliance audit

S.I. 7 of 2014 PUBLIC PROCUREMENT ACT. (Act No. 33 of 2008) PUBLIC PROCUREMENT REGULATIONS, 2014 ARRANGEMENTS OF REGULATIONS PART 1 - PRELIMINARY

Title: Supply of Office furnitures

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

PUBLIC PROCUREMENT AND CONCESSIONS REGULATIONS

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

Law No. 02/L-44 ON THE PROCEDURE FOR THE AWARD OF CONCESSIONS

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NAKURU

General Terms of Contract

STATE OF ARKANSAS PROFESSIONAL / CONSULTANT SERVICES INSTRUCTION SHEET

Register, 2014 Commerce, Community, and Ec. Dev.

CHAPTER 73:05 PROCUREMENT ACT 2003 ARRANGEMENT OF SECTIONS

MINISTRY OF AGRICULTURE, LIVESTOCK AND FISHERIES STATE DEPARTMENT OF AGRICULTURE

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

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

Request for Quotation Q. Steamboat Springs Emergency Solar Tower Phones

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

University of Agriculture, Faisalabad. B i d d i n g D o c u m e n t s. Tender No.238/2018

Supply of Notebook Computers

Procurement of Goods

PimaCountyCommunityCollegeDistrict Administrative Procedure

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR

OFFICE OF ANTICORRUPTION AND INTEGRITY ANTICORRUPTION SEMINAR FOR CONSULTANTS, CONTRACTORS, AND SUPPLIERS

Procurement of Works

GOVERNMENT OF PAKISTAN MINISTRY OF RELIGIOUS AFFAIRS AND INTERFAITH HARMONY ******* TENDER NOTICE

PART 206 Comptroller Approval of Contracts Made by State Authorities.

802-18Q. Defibrillator. Due: 06/15/2018 2:00 p.m. MST

EXECUTIVE ORDER No

TENDER DOCUMENT FOR THE PURCHASE OF GEL PERMEATION CHROMATOGRAPHY SYSTEM (PUR/FAPT/2652/15) UPPAL ROAD, TARNAKA HYDERABAD (TELANGANA STATE)

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

TURKS AND CAICOS ISLANDS GOVERNMENT MINISTRY OF TOURISM, ENVIRONMENT, HERITAGE AND CULTURE DEPARTMENT OF ENVIRONMENT AND COASTAL RESOURCES (DECR)

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

THE UNITED REPUBLIC OF TANZANIA. GOVERNMENT NOTICE NO 205 published on 22/7/2005. THE PUBLIC PROCUREMENT ACT, 2004 (ACT No.

TERMS OF REFERENCE FOR THE AUDIT AND RISK COMMITTEE OF THE BOARD OF SPECTRIS PLC

SUBSIDIARY LEGISLATION

JNTUH College of Engineering Hyderabad NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

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

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

Draft Regulation. 9. This Regulation comes into force on (insert the. Part 2 GAZETTE OFFICIELLE DU QUÉBEC, December 12, 2007, Vol. 139, No.

Islamic Republic of Afghanistan. Administrative Office of the President. National Procurement Authority. Translated version of.

Subject: Supply and Delivery of Personal Protective Devices (PPD) - Respirators (N95 masks)

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD TENDER FOR SUPPLY OF A MOBILE DIESEL DEWATERING PUMP FOR OLKARIA II POWER STATION.

79th OREGON LEGISLATIVE ASSEMBLY Regular Session. Senate Bill 1565

TENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL

Invitation to Bid. 6. Bids will be opened on 22 May, 2012 at 10:30am hours by UNODC/UNDP Procurement Committee

Tender for Purchase & Supply of DNA Analyzer for Molecular Biology & Genetics Department Medical Research Centre LUMHS, Jamshoro.

TENDER DOCUMENT FOR THE PURCHASE OF. 500 MHz NMR SPECTROMETER SOCIETY FOR BIOTECHNOLOGY INCUBATION CENTRE. Registered Office: Plot No 15A,

SUPPLY AND DELIVERY OF BEEF CUBES, GOAT MEAT, CHICKEN LEGS AND EGGS

Template for Request for Expressions of Interest (REOI)

( ) Page: 1/13 COMMUNICATION FROM INDIA TRADE FACILITATION AGREEMENT FOR SERVICES

Table of Contents. Date Issued: June 12, 2009 Date Last Revised: December 15, 2010

MINISTRY OF INTERIOR AND CO-ORDINATION OF NATIONAL GOVERNMENT ADMINISTRATION POLICE SERVICE

1. System for Award Management.

PUBLIC PROCUREMENT ACT (ZJN-1)

Safeguarding your drinking water quality

TENDER DOCUMENT FOR PROVISION OF INTERNET SERVICES

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

SUPPLY AND DELIVERY OF DRUGS, LABORATORY REAGENTS AND DENTAL CONSUMABLES TENDER NO. CBK/038/

Invitation to Bid. Subject: Procurement of Air Conditioners Ref: ITB/KRT/12/090

REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY

Request for Proposal. RFP # Non-Profit, Sports Photography

Senate Bill 1565 Ordered by the Senate February 14 Including Senate Amendments dated February 14

Nepal Telecom. Tender No. NDCL/ITD-02/ for Supply and Delivery of Intel Servers. [April, 2012]

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS

Standard Bidding Documents. For. KMU Annual report

Instructions to Proposers & Contractors (ITPC): RFP

Regulation of the Office of the Prime Minister on the Undertaking of Public Mega-Project for Country Development, B.E (2006) Translation

1. Prohibition on Contracting with Inverted Domestic Corporations Representation.

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods)

REPUBLIC OF KENYA UASIN GISHU COUNTY ASSEMBLY

GRANT AGREEMENT for an ACTION

Transcription:

Guideline For Determination of Major and Minor Deviation PPRA October, 2017 Further information may be obtained on www.ppra.go.tz

PART I: INTRODUCTION 1. Background 1.1. When procuring entity (PE) invites tenders to participate in the tendering process, the aim is to obtain maximum competition from the invited firms. Determination of responsiveness of bids submitted can be achieved through the evaluation conducted as per the processes specified in the instructions contained in bidding documents. The scrutiny of bids for substantial responsiveness to the provisions of the bidding documents includes determination of Major and Minor deviation. 1.2. This guideline is hereby issued to guide PE to determine major and minor deviations. 2. Short Title 2.1. This document may be cited as the guidelines for determination of major and minor deviation during determination of responsiveness of bids. 3. Application 3.1. This guideline shall be applied by all PEs during the evaluation of bids. 4. Definitions 4.1. In these Guidelines, unless the context requires otherwise;- Authority means the Public Procurement Regulatory Authority. Procuring Entity means a public body and any other body, or unit established and mandated by government to carry out public functions; Deviation is a departure from the requirements specified in the Bidding Document; Reservation is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the Bidding Document; and Omission is the failure to submit part or all of the information or documentation required in the Bidding Document. 5. Purpose of the Guideline 5.1. General Purpose To guide procuring entities to determine major and minor deviation while establishing responsiveness of the bids. This guideline is issued based on the power vested to the Authority by virtue of Section 106 of the Public Procurement Act Cap 410. 5.2. Specific Purpose Specific purpose of this guideline is to: 2

a) Provide guidance to PEs on appropriate provisions of legislations and procedures to be followed during the determination of major and minor deviation. b) To ensure consistency in the application of evaluation criteria specified in the bidding documents; and c) Increasing transparency, efficiency and effectiveness of the evaluation process. 6. Importance of the Guideline 7. Responsiveness of tenders 8. Determination of responsiveness 6.1 The guideline outlines the criterion that should be used by procuring entities when determining the most responsive bid. 6.2 The use of this guideline will ensure uniformity with regard to the procedures to be undertaken by procuring entities when evaluating and comparing bids. PART II: DETERMINATION OF RESPONSIVENESS 7.1 It is the requirements of the procurement legislations that tender evaluation shall be consistent with the terms and conditions prescribed in the solicitation documents and such evaluation shall be carried out using the criteria explicitly stated in the tender documents. Tenders shall be comparable among themselves in order to determine the lowest evaluated cost for procurement of goods, works or services. 7.2 The procuring entity s determination of a tender s responsiveness shall be based on the contents of the tender itself without recourse to extrinsic evidence. Where a tender is not responsive to the tender document, it shall be rejected by the procuring entity, and may not subsequently be made responsive by correction or withdrawal of the deviation or reservation. PART II: PRELIMINARY EVALUATION 8.1 In order to determine substantially responsiveness of tenders, PEs should conduct preliminary examinations on commercial terms, conditions and technical requirements of the tender documents to determine whether or not: (a) each tender is substantially responsive to the requirements of the tender documents; (b) the required securities have been provided; 3

(c) (d) the documents have been properly signed; and the tenders are otherwise generally in order. 9. Responsiveness to commercial terms and conditions 9.1 All tenders shall be checked for substantial responsiveness to the commercial terms and conditions of the tendering documents. 9.2 Material deviations to commercial terms and conditions, which justify rejection of a tender shall include the following: (a) failure to sign the bid form and price schedules by the authorized person or persons; (b) failure to satisfy eligibility requirements; (c) failure to submit a tender security as specified in the tendering documents; (d) failure to satisfy the tender validity period; (e) inability to meet the critical delivery schedule or work schedule clearly specified in the tendering documents, where such schedule is a crucial condition with which tenderers must comply; (f) failure to comply with minimum experience criteria as specified in the tendering documents; (g) conditional tenders such as conditions in a tender which limit the tenderer s responsibility to accept an award; (h) inability to accept the price adjustment formulae of the tendering documents; (i) stipulating price adjustment when fixed price tenders were invited; (j) subcontracting in a substantially different amount or manner than that permitted; (k) failure to submit major supporting documents required by the tendering documents to determine substantial responsiveness of a tender. 4

10. Responsiveness to technical requirements 10.1 All tenders shall be checked for substantial responsiveness to the technical requirements of the tendering documents and nonconformity to technical requirements, which are justifiable grounds for rejection of a tender includes the following: (a) failure to tender for the required scope of work as instructed in the tendering documents and where failure to do so has been indicated as unacceptable; (b) failure to quote for a major item in the package; (c) failure to meet major technical requirements, such as offering completely different types of equipment or materials from the types specified, plant capacity well below the minimum specified, equipment not able to perform the basic functions for which it is intended; (d) presentation of absolutely unrealistic and inadequate implementation plans and schedules regarding performance, technical or service factors. 11. Deviations, Reservations and Omissions 11.1. During the evaluation of bids, the following definitions shall apply: (a) Deviation is a departure from the requirements specified in the Bidding Document; (b) Reservation is the setting of limiting conditions or withholding from complete acceptance of the requirements specified in the Bidding Document; and (c) Omission is the failure to submit part or all of the information or documentation required in the Bidding Document. 11.2. A substantially responsive bid is one that meets the requirements of the Bidding Document without material deviation, reservation, or omission. 11.3. A material/major 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 5

Contract; or (ii) limit in any substantial way, inconsistent with the Bidding Document, the Employer s rights or the Bidder s obligations under the proposed Contract; or (b) if rectified, would unfairly affect the competitive position of other bidders presenting substantially responsive bids. 11.4. PE shall examine the responsiveness to the commercial terms, conditions and technical requirements of the tender documents have been met without any material deviation, reservation or omission. 11.5. If a bid is not substantially responsive to the requirements of the Bidding Document, it shall be rejected by the PE and may not subsequently be made responsive by correction of the material deviation, reservation, or omission. 12. Non conformities, Errors and Omissions 12.1. 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 requirements. Requesting information or documentation on 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. 12.2. 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). 12.3. Makes it an obligation on the part of Bidders to submit along with their bids the documents listed therein. If this clause is read in isolation, a bid may be declared incomplete and therefore not responsive for non-submission of anyone of the documents. This may not be correct esp. if the bid is 6

substantially responsive and the omission is a non-material nonconformity, as ITB 30.2 allows the Bidder to rectify the omission in such circumstances. 12.4. In applying clause ITB 29.2 referred to above, the determination of Responsiveness of Bids finally rests upon the interpretation of material deviation, reservation and omission. Experience has shown that whilst material deviation and reservation as defined above are applied without ambiguity, there is a need to define material omission in respect of required documents. 12.5. 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. 7