CV Guidelines in Various Cases
CV Guidelines in Various Cases
FOR
*****
2
1.0 WorkslPurchase Manual
3
Competent Authority at the time of seeking approval/sanction. The objective of the procurement
f needs to be clearly brought out in the scope.
3.0 Administrative ~p'proval & Expenditure Sanction (AA & ES)
" .
3.1 Administrative Approval & Expenditure+Sanction is an important component of
procurement process. This provides an opportunity to the Competent Authority to have a
.... - --. - --
. .. ....
comprehensive-overview of the project. If the scheme is approved by the Competent Authority,
suitable provision for expenditure to be incurred on the project is also to be made at this stage.
There are situations, where projects/scheme is sanctioned by the authority, who is not competent.
The importance of 'this aspect in public procurement can be gauged from the facts of a case,
wherein the Competent Authority that was vested with the power to sanction an original
scheme/project of Rs. 10 crores only had sanctioned the project of more than Rs. 300 crores.
4.0 Consultancy
4.1 Earlier public organizations were undertaking planning and supervisory activities in-
house. Now-a-days, in the era of large-scale infrastructure development, the in-house resources
4
available with public organizations are gradually being found to be inadequate. Therefore, there
has been substantial outsourcing of services such as Architectural services, Preparation of DPR,
Project Management Consultancy, and Quality Assurance etc. The Commission has issued
instructions regarding appointment of Consultants vide circular No. 3L PRCl DT.12.11.1982
and the same were reiterated vide circular No. OFFI-CTE-1 Dt. 25.11.2002. Gist of the above
circulars is given below-
The consultant should be appointed in a transparent and competitive manner for need
based and specialized jobs. The agreement should contain adequate provisions for
penalizing the defaulting consultant keeping in view the fact that a consultant's role is
only advisory and recommendatory. Consultant's fee should be based on some fixed
value of the contract.
4.2 Commission in supersession of its earlier circular [No. NO.98IDSP/3 dt. 24.12.2004] has
issued detailed instruction on the possible 'Conflict of Interest' in appointment of Consultants
and 'Professional Liability' of the Consultants, vide circular No. 08106111 dated 24th June, 2011.
5
VI. Whether wide and adequate publicity including web-publicity has been given for
inviting the offers for the consultancy work?
VII. in case of limited tender enquiry, whether the panel has been prepared in a fair and
transparent manner or not! Whether this panel is being up updated regularly or not?
VIII. Whether the bides) are in conformity with the terms of the tender document?
IX. Whether the evaluation of the bids is done as per the notified qualifying criteria and
all bidders are treated at par?
x. Whether all the issues relating to the services tax, professional tax travell ing
allowances etc. are taken into account at the time of bid evaluation?
XI. Whether during performance of the consultancy contract, the contract conditions are
being complied with?
XII. Whether the quality of project management by the Project Management Consultant is
up to the mark?
6
111. Whether all the items required for successful completion of the project has been taken
into account?
IV. Whether there is consistency among description of items in 'schedule of items' / bill
of quantities, drawings and specifications?
v. Whether rates supported with proper documents (genuine market rate quotations or
standard schedule of rate) have been considered in the preparation of the estimate?
VI. Whether detailed analysis of rate has been carried out before arriving at the rate of a
particular item?
VII. Whether DPR has been reviewed as a whole to assess its conformity with local
bylaws, Archaeological Survey of India guidelines, environmental norms, to other
mandatory regulations or otherwise by an independent agency or in-house?
VIII. Whether the structural design has been proof checked by an independent agency or
in-house?
7
7.0 Tender Document
The tender after acceptance becomes 'the contract' - a legal document. An ambiguous agreement
leads to poor contract performance and litigations. It also gives an opportunity to a contractor to
make profit out of ambiguous conditions. It has been observed that often the tender document is
prepared in a hurried manner without checking for consistency among Schedule of Items,
Drawings, Specifications and Contract Conditions etc. This can happen due to different parts of
the tender document like Schedule of Quantities, Specifications, Drawings and General
Conditions etc. being prepared by different set of people without correlating them. Sometimes
they are copied from old tender cases without giving a thought to the applicability of the
Competent Authority?
11. Whether standard approved tender document has been used? If not, whether the
IV. Whether relevant modality to deal with any ambiguity in the bid has been provided in
the tender document?
v. Whether all the documents/drawings stated to have been attached with the tender
documents have actually been attached or not?
VI. Whether proper place of tender receipt has been notified in the NIT or not?
vu. Whether the provision of additional bank guarantees or other securities have been
VIII. Bank Guarantees from Nationalised Banks only should be accepted. Under no
•
circumstances bank guarantees from Co-operative Banks should be accepted?
8
8.0 Pre-gualification r
8.1 The success of a project largely depends n the capability of the contractor/vendor. Pre-
-Transparency
-Fairness
-Maintenance of fair corn petition
.
1
8.2 The Commission had issued guidelines vide circular No12-02-1-CTE-6 dated:
12.12.2002 and 07.05.2004 advising the organizations to frame the pre-qualification criteria in
such a way that it is neither too stringent nor too-lax
, to achieve the purpose of fair competition.
1
8.3 During intensive examinations of the works of the organizations dealing with the power
projects, following deficiencies were observed: •,
• Evaluation criteria not notified to the bidiers, making the PQ process non-transparent.
• PQ Criteria relaxed during evaluation, thus creating entry barrier to the other potential
bidders fulfilling the relaxed criteria.
iii) Whether the pre-qualification criteria was frozen before inviting pre-qualification
bids?
9
iv) Whether the pre-qualification criteria has been approved by the Competent
competition among tenderers, to provide for fair and equal treatment to all the tenderers and to
eliminate irregularities, interference and corrupt practices by authorities concerned. This is also
In an open tender, bids are invited giving wide and adequate publicity. This is the most
preferred mode of tendering.
In the case of small value works, urgent works and in case only a few bidders are
available in the market, limited tenders from such bidders who have been empanelled are invited.
Incase of Limited Tenders the empanelment should be done in a transparent way and updated
peri od icall y .
there were no bids to repeated tenders or where only one supplier has been licensed ( proprietary
item) in respect of goods sought to be procured.
10
9.3 In a judgment of the Hon'ble Supreme Court [Meerut Nagar Nigam, Meerut Vs AI
• Faheem Meat Exports Pvt. Ltd.] it has been emphasized that all the public tenders should be in
an open and transparent manner with adequate publicity. Consequent to this judgment, the
Commission has issued Office Order No. 23/7/07 dated 05.07.2007 laying down the
circumstances where award through nomination is admissible.
9.4 The Commission vide its Circular No. 06-03-02-CTE-34 dt. 20.10.2003 and Circular No.
15/5/06 issued vide letter no. 005/CRD119 dt. 9th May 2006 has emphasized upon open tendering
as the most preferred mode of tendering and insisted on transparency in the preparation of panel
in case of Iimited tenders.
9.5 Widest possible publicity is essential for greater transparency in open tenders. In addition
to the existing rules and practices regarding publicity, the Commission vide their circular No.
98/0RDI1 dt.18.12.2003 has instructed for up loading the Notice Inviting Tender and also tender
documents in a down loadable form on the web site. The web site publicity is to be given even
in the case of limited tenders.
9.6 In the various booklets issued by the CTE Organization of the Commission, the need to
maintain transparency in receipt and opening of tenders has been emphasized and it has been
suggested therein that suitable arrangements for receipt of sealed tenders at the scheduled date
and time through conspicuously located tender boxes needs to be ensured. The Commission vide
their Circular No. 05-04-1-CTE-8 dt. 8.6.2004 has further instructed that in case of bulky tender
documents the provision for submission of bids to designated officials by hand should be made
in the tender document itself.
To maintain transparency in the opening of tenders, the Commission in its circular dated
8.6.04 has instructed to open the bids in the presence of bidders.
11
11. Whether the guidelines of the organization for publicity of the tender are adequate?
Ill. Whether NIT has been posted on the organization's website?
IV. Whether place of tender receipt as notified in the NIT is conspicuous?
v. Whether the committee to open the tenders has been duly notified by the Competent
Authority?
VI. Whether the tenders are opened In presence of the bidders or their authorized
representatives? .
VII. Whether cutting/overwriting linsertions are accounted for on each page of the price
bid?
Vlll. Whether the members of the Tender Opening Committee have signed on each page of
the price bid?
10.0 Tender Evaluation and Award of Work
10.1 This is the most sensitive area susceptible to corruption. Corruption is inversely
proportional to transparency and fairness. To ensure that evaluation is done in most transparent,
fair & open manner, following points should be taken care of:
• Evaluation of tenders needs to be done as per pre-notified criteria.
• Timely decision within validity period.
• Complying with commission's circular regarding negotiations.
• Ensuring that conditions 1 specifications are not relaxed in favour of contractor to whom
the work is being awarded.
• Ensuring that Ll is not ignored on flimsy grounds.
• Compliance with the purchase preference policy of the govt.
• Ensuring that work order 1 supply order is placed within justified rates.
10.2 CVC guidelines in this regard have been issued vide following circulars:
• Circular No. 8(1)(H)/98(l) dated 18.] 1.98,
• Circular No. 98/0RDIl dated 24.8.2000 1 15.3.99,
• CVC'S Office Order No. 13/3/05 (005NGLl4) dated] 6.3.2005,
• Circular No. 06-03-02-CTE-34 dated 20.10.03,
• Circular No. 0041DSP111-6594 dated 24-2-2005
• Circular No. 005/CRD/012 dated3.03.2007
12
10.3 Following check-points are suggested:
1. Whether the Tender Evaluation Committee has been duly notified by the
Competent Authority?
11. Whether members of the Tender Evaluation Committee are competent enough to
deal with the subject matter?
Ill. Whether the bids are evaluated as per the terms of the tender document or not?
IV. Whether the tender evaluation committee has commented upon the aspect of the
bid being unbalanced or front-loaded?
v. Whether ambiguity clause has been properly applied to deal with any
inconsistency in the bid during evaluation?
VI. Whether there has been any inordinate delay in processing the tender for award of
the work?
13
11.2 Following check-points are suggested:
I. Whether proper agreement between the organization and the contractor / supplier has
been entered into within the prescribed period or not?
11. Whether the contract agreement containing all the relevant papers has been properly
sealed or not?
Ill. Whether irrelevant documents/papers have been made part of the agreement?
IV. Whether various contract provisions such as labour laws, insurances, guarantees etc.
are being compiled by the contractor or not?
v. Whether action has been taken against the contractor for non-compliance of the
contract conditions?
VI. Whether the payment is being made to the contractor strictly as per the contract?
VII. Whether any overpayment/inadmissible payment?
VIII. Whether Bank Guarantees submitted by the contractor/supplier have been duly
verified for their genuineness from the issuing bank?
IX. Whether action has been taken/proposed against the contractor/supplier for delay?
x. Whether the work is being carried out as per the detailed procedure/protocol for
quality of the material/product provided in the contract and in case of any deviation,
whether approval of Competent Authority highlighting the financial implication has
been obtained?
XI. In case of the contractor being a Joint Venture of two or more firms, whether
representatives are being shared by each of the partner as per their disclosure at the
time of bidding?
XII. Whether sub-contracting of the work is allowed in the contract and if so to what
extent? Proposal for sub-contracting should be scrutinised scrupulously to assess the
competence of the sub-contractor. Indiscriminate sub-contracting that too the
inexperienced/incompetent sub-contractors may lead to serious quality compromises
besides delay in execution of the work?
14
Competent Authority highlighting the need/necessity for the same as well as rule position.
, Various types of advances such as Mobilization Advance, Plant & Machinery Advance, Advance
on Materials (Secured Advance) etc. may have been provided in the contracts, which need to be
paid and recovered as per the stipulation in the contract agreement. The basic purpose of
Mobilization advance is to extend financial assistance within the terms of contract to the
contractor to mobilize the man and material resources for timely and smooth take off of the
project or procurement of equipment material or other services contract. There could be
possibility of misuse of Mobilization Advance, especially the interest free advance, either due to
absence of necessary safeguards or due to non-implementation of these safeguards provided in
the contracts. The Mobilization Advance so paid could be misused by the contractors either in
building their own capital or for the purpose other than the one for which it was disbursed,
rendering to be counter-productive. In view of the susceptibility of its misuse, Commission vide
its Circular No. NU/POLl19 dated 8th December 1997, banned the provision of interest free
Mobilization. However, in view of representations from various organization, Commission has
reviewed the earlier instructions and allowed the organizations to stipulate interest free advance
with elaborate mechanism for safeguards against its misuse vide circular No. 10/4/07 issued vide
letter No.4CC-1-CTE-2 dated 10.04.2007. More importantly the BGs taken in lieu of
Mobilization Advance need to be properly examined within respect to the acceptable format and
any condition deterrent to the Govt.'s interest should be got withdrawn before acceptance besides
verifying the genuineness of the Bank Guarantees from the bankers. Timely action for
revalidation/ encashment of BGs also needs to be taken so as to protect the Govt. interest.
Similarly, Plant & Machinery Advance should be allowed only for the purchase of Plant &
Machinery for the bona-fide use in the project and it should be allowed only on the production of
genuine documents.
Tax evasion in the procurement contracts could be another area of concern; therefore, it is
necessary that tax liability of the contractors/suppliers is examined properly with reference to as
per the extant instructions of the Government.
15
12.2 Following check-points are suggested:
Whether the payment is made as per the terms of the contract?
11. Whether there is any possibility of duplicate payment being made to the
contractor/supplier?
Ill. Whether any over payment is being made to the contractor/supplier?
IV. Whether the rates for extra/substituted items have been derived as per the provision in the
contract agreement/Procurement Manual?
V. Whether the payment for extra/substituted items have been made after due approval of
the Competent Authority?
VI. Whether advances are paid to the contractors/suppliers for the amount specified in the
contract agreement?
VII. Whether recovery of advances is being made as per the terms of the contract agreement?
VIII. Whether recovery of mandatory taxes and duties is being done as per the extant
instructions of the Government and as per the terms of the contract agreement?
IX. Whether reimbursement of service tax, excise duty etc. is being done after obtaining the
actual proof of depositing the same with authorities concerned?
x. Some of the contracts provide escalation clause, with detailed formula in order to
compensate the contractors for increase in the material cost during the contract period.
Whether the formula for escalation is applied correctly or not?
Xl. Whether hire charges of Plant and Machineries are being recovered from the contractor
as per the specified rate?
16
13.2 Following check-points are suggested:
f I. Whether the registers are properly bound and having machine numbered pages?
11. Whether the registers to keep record of important data like mandatory test, hindrances etc
are being issued under the signature of designated senior officer?
HI. Whether these records are being maintained properly with signatures and attestation of
the designated officers?
IV. Whether any tampering/manipulation is noticed in these records?
To maintain the quality of the work, testing of the material at various stages of the work
is required. The contract documents stipulate mandatory tests to be carried out for ensuring that
the materials represented by the sample conform to desired quality standards. It has been
observed that at times, aspect of testing at specified frequency & interval is ignored. This not
only defeats the objective of mandatory testing of input materials/products, but also gives
opportunity to the contractors/manufactures/vendors to supply sub-standard materials and save
on the testing charges.
It needs to be examined whether the work is being carried out with the specified quality
standards? Site inspection should highlight the specific quality compromises w.r.t. the bench-
mark i.e. specified standards/specifications rather than general observation.
17
transparency in the form of E-Tendering, E-Procurements, E-Payments & uploading of post
• tender details on the website. CVC has issued instructions in this regard from time to time.
********
18
TeJegraphicAddress :
"SATARKTA: New Delhi
E-Mail Address
[email protected] ~~
Website f.t:;~q ~ ~
www.cvc.ruc.m
CE TRAL VIGILA CE COMMISSION ~ 'fCR, ;jft.tft.\3ll. itil¥q~<ffi,
EPABX ~-1:{, ~.\:f{.1:{., ~ ~-110023
2465 100 I - 07 Satarkta Bhawan, G.P.O. Complex,
Block A, INA, New Delhi 110023
~/Fax: 24616286
. NO.011NGU014
~./No .
~ / DateJ.~.t.~.. :..~.~~~~.'!'.'.?~:.~
Circular No.01/02/11
3. Once the technical specifications and evaluation criteria are finalized, the
second stage of tendering could consist of calling for techno commercial bids as
per the usual tendering system under single bid or two bid system, as per the
requirement of each case. Final selection at this stage would depend upon the
quoted financial bids and the evaluation matrix decided upon.
(An~al)
Chief Technical Examiner
To
~/D
CIRCULAR No.Ol/Ol/IO
Attention is invited to the Commission's circular No. 4/3/07 dated 3.3.07 on the issue of "Tendering Process-
Negotiations with U",
It is larified t all
n med that - ther h uld n rmallv be n t tender n • tiali n.. If at It
n g tiati n are warrant d und r cxcepti nal cir urn tan • th n it n be \ ith L I L west 1 nd rer)
only if th tend r pertain t the ward of work uppl' rder et. \\ her the crnmcnt r the
\' rnment Olpan)- ha. t make payment. However. if th tender is f r 1 f mal ri I b~ the
J \" rnment or rh \1. mpany, the p st tender n g tiati n are n t to h Id c. c pt \\ ith HI i..
Hi rh . t tend rer) j f required.
. Th e in tru ti \\ ith the appr \'31 f th ornrru ion and may pi a e be n t d f r immediate
mpli n .
I) ..,,~l ,,~ 2
(V. Ramachandran)
Chief Technical Exarmner
No.005/CRD/19
Government of India
Central Vigilance Commission
.*.**
Satarkta Bhawan, Block 'A',
GPO Complex, INA,
New Delhi- 110 023
Dated the 5th July 2007
~.
(Rajiv Verma)
Under Secretary
To
Circular 0 8/04/2010
(\/ Ramachandran)
Chief Techrucal Examiner
4. All Chief Vigilance Officers should reflect the compliance status in their
monthly reports to the Commission after personally verifying the same.
J.
V/
/y"'"
(Shalini Darbari)
Director
To
All Secretaries of Ministries/Departments
All CEOs !Heads of Organisations
All Chief Vigilance Officers
No. 98/0RDIl
Government of India
Central Vigilance Commission
(CTE's Organization)
Satarkta Bhavan, Block' A'
G.P.O. Complex, LN.A.,
New Delhi- 110 023
Dated the 9th July, 2003
Sir/Madam,
The Commission has observed that in the award of contracts for goods and
services, the detailed evaluation/exclusion criteria are not being stipulated in the bid
document and at times is decided after the tender opening. This system is prone to
criticism and complaints as it not only leads to a non-transparent and subjective system
of evaluation of tenders but also vitiates the sanctity of the tender system.
Yours faithfully,
Sd/-
(Mange Lal)
Deputy Secretary
Telefax No.24651010
No. 12-02-1-CTE-6
Government of India
Central Vigilance Commission
(CTE's Organisation)
Saiarkata Bhavan,
Block A, GPO Complex,
INA, New Delhi - 110 023.
Dated the 1ih December 2002.
OFFICE MEMORANDUM
Subject: - Prequalification criteria (PO).
ii) One organization for purchase of Computer hardware kept the criteria
for financial annual turnover of Rs. 100 crores although the value of
purchase was less than Rs. 10 crores, resulting in disqualification of
reputed computer firms.
Contd ....
-: 2 :-
vi) In many cases, "Similar works" is not clearly defined in the tender
documents. In one such case, the supply and installation of A. C.
ducting and the work of installation of false ceiling were combined
together. Such works are normally not executed together as A. C.
ducting work is normally executed as a part of A. C. work while false
ceiling work is a part of civil construction or interior design works.
Therefore, no firm can possibly qualify for such work with experience of
similar work. The above resulted in qualification of A. C. Contractors
without having any experience of false ceiling work although the major
portion of the work constituted false ceiling work.
4. The above list is illustrative and not exhaustive. While framing the
prequalification criteria, the end purpose of doing so should be kept in view. The
purpose of any selection procedure is to attract the participation of reputed and
capable firms with proper track records. The PO conditions should be
exhaustive, yet specific. The factors that may be kept in view while framing the
PO Criteria includes the scope and nature of work, experience of firms in the
same field and financial soundness of firms.
5. The following points must be kept in view while fixing the eligibility criteria:-
Contd ....
-: 3 :-
A) For Civil/Electrical Works
i) Average Annual financial turnover during the last 3 years, ending 31st
March of the previous financial year, should be at least 30% of the
estimated cost.
a. Three similar completed works costing not less than the amount
equal to 40% of the estimated cost.
or
b. Two similar completed works costing not less than the amount
equal to 50% of the estimated cost.
or
c. One similar completed work costing not less than the amount equal
to 80% of the estimated cost.
Contd ....
-: 4 :-
(MP. Juneja)
Chief Technical Examiner
To
OFFICE MEMORANDUM
(M.P. Juneja)
Chief Technical Examiner
To
All CVOs of Ministries/Departments/PSUs/Banks/lnsurance Companies/
Autonomous Organisations/Societies/UTs.
No.98/0RD/1
Government of India
CENTRAL VIGILANCE COMMISSION
******
In the last few years tremendous progress has been made by the banking
sector in computerization including net-working of branches, making it possible to do
e-banking by making use of facilities like electronic clearing system (E.CS) and
electronic fund transfer (EFT) etc. These facilities are available in most of the- banks
including the State Bank of India as well as in private banks. A large number of
corporates including public sector undertakings are already making e-payments to
vendors and employees instead of making payments by issue of cheques.
It is expected that in three months i.e. by 1st July, 2004, 50% of the payment
transactions both in value terms as well as in terms of number of transactions shall
be made through ECS/EFT mechanism instead of payment through cheques. The
remaining 50% payment transactions at all centres where such facilities exist shall
be made by 31st Dec., 2004.
These instructions are applicable to all the metro cities and other urban
centres where the banks provide ECS/EFT and similar other facilities.
Sd/-
(ANJANA DUBE)
DEPUTY SECRETARY
To
Read as
(Vineet Mathur)
Director
All Chief Vigilance Officers of CPSUs.
Copy to'
Sd/-
(Anjana Dube)
Deputy Secretary
~
~
(Shalini Dafb~ri)
Director
The Commission has been emphasising on the need for observing integrity,
transparency, fairness and equity in all aspects of decision making including in tendering and
award of contracts. However, the Commission is still receiving complaints regarding adoption
of non-transparent methods in tendering and award of contracts. A number of such complaints
pertain to award on nomination (single source procurement) basis instead of following a
process of open competitive bidding. The Commission in their earlier office order No. 23/7107
dated 05.07.2007(copy enclosed) had laid down the exceptional circumstances where 'single
source procurement' can be resorted to These guidelines were consequent to the Supreme
Court's judgement in case of Nagar Nigam, Meerut vIs A 1 Faheem Meat Export Pvt. Ltd. [SLP
(Civil) No. 1074 of 2006J.
3. Kindly acknowledge the receipt and circulate to all concerned in your organization.
(J. VinodKumar)
Officer on Special Duty
To,
(i) The CMDs of all CPSUs/Public Sector Banksllnsurance Companies/Fls.
(ii) The CVOs of all the Ministries/Departments/Public Sector Undertakingsl
Public Sector Banksllnsurance Companies/Societies and other Local Authorities.
TelegraphicAddress :
" ATARKTA: New Delhi
E-MailAddress
~,
~ :, "t\o~i'Jr
~
cen [email protected] ;;;
'11': ",,~I(i
Website
www.cvc.nic.in
~~3l1<Wr ~~~ANCf.CJ"
2 DIT In turn requested Its attacneo office ::>1<..le ~~t ncardrsauon I esunq anu
Quality Certificate) Directorate to establish necessary processes and systems to
enable certification of e-Procurement systems Accordmgly the quidelmes prepared by
STQC In this regard approved and notified by the DIT IS available on egovstandards
website [www egovstandard go_ r 1 The qurdelmes are also available on
Commission's website lm -CII UI 1I1I1S rLct.o All tI ,t;;
J VlnOul<L mar)
Officer on Special Duty
To
SirlMadam,
The Commission has observed that in the award of contracts for goods and
services, the detailed evaluation/exclusion criteria are not being stipulated in the bid
document and at times is decided after the tender opening. This system is prone to
criticism and complaints as it not only leads to a non-transparent and subjective system
of evaluation of tenders but also vitiates the sanctity of the tender system.
Yours faithfully,
Sd/-
(Mange Lal)
Deputy Secretary
Telefax No.2465I 010
lelegraphi'Address ~~~
"S·\IARKT : ew Delhi
I • tail Addres S
cenv I til nnic.in ~ 'J
Wcbsitc
~ ~ 31fGITrr 'f?11c/UttCf;'d'
~ / l)att!.~~.~~~i~.
20~.4
Circular NO.01/04/14
2. The Commission had vide its Office Order No.3317103 dated 9th July, 2003.
advised that whatever pre-qualification. evaluation/exclusion criteria, etc. which the
organization wants to adopt should be made explicit at the time of Invitmg tenders so
that basic concept of transparency and interests of equity and fairness are satisfied.
The acceptance/rejection of any bid should not be arbitrary but on justified grounds
as per the laid down specifications, evaluation/exclusion criteria leaving no room for
complaints as after all, the bidders spend a lot of time and energy besides financial
cost initially in preparing the bids and, thereafter, in following up with the
organizations for submitting various clarifications and presentations.
(J Vinod Kumar)
Officer on Special Duty
To
Satarkta Bhawan,
INA Colony,
New Delhi - 110023
Dated: 8.6.2004
OFFICE MEMORANDUM
(ii) The advance payment may be released in stages depending upon the
progress of the work and mobilization of required equipments etc.
SdJ-
(Gyaneshwar Tyagi)
Technical Examiner
Copy to: -
To
(i) The Secretaries of All Ministries/Departments of Govt. of India
(ii) The Chief Secretaries to all Union Territories
(iii) The Comptroller & Auditor General of India
(iv) The Chairman, Union Public Service Commission
(v) Chief Executives of All PSUs/Banks/Organisations
(vi) All Chief Vigilance Officers in the Ministries/Departments/PSEs/Public
Sector Banks/Insurance Companies/Autonomous Organisations/Societies
(vii) President's SecretariaWice-President's SecretariatlLok Sabha
Secretariate/Rajya Sabha SecretariatlPMO
Sir,
Please refer to CVC's instructions issued under letter No.8(1)(h)/98(1) dt.
18.11.98 banning post tender negotiations except with L-1 i.e., the lowest tenderer.
Some of the organizations have sought clarifications from the Commission as they are
facing problems in implementing these instructions. The following clarifications are,
therefore, issued with the approval of Central Vigilance Commissioner
(i) The Government of India has a purchase preference policy so far as the
public sector enterprises are concerned. It is clarified that the ban on the
post tender negotiations does not mean that the policy of the Government
of India for purchase preference for public sector should not be
implemented.
(ii) Incidentally, some organisations have been using the public sector as a
shield or a conduit for getting costly inputs or for improper purchases.
This also should be avoided.
(iii) Another issue that has been raised is that many a time the quantity to be
ordered is much more than L1 alone can supply. In such cases the
quantity order may be distributed in such a manner that the purchase is
done in a fair transparent and equitable manner.
Yours faithfully,
Sd/-
(P.S.Fatehullah)
Director
· o. 98/0RDIl
Govemment of India
Central Vigilance Commission
******
Satarkata Bhavan, Block - 'A',
GPO Complex, I\'A,
Xew Delhi - 110023
Dated 04.09.2003
To
Sir/Madam,
While dealing with the case of a PS"C, the Commission has observed that the
qualification criteria incorporated in the bid documents was vague and no evaluation criterion
was incorporated therein. It is also seen that the category-wise anticipated TE"cs were not
specified in the bid documents and the same was left for assumptions by Tender Evaluation
Committee for comparative evaluation of financial bids, which led to comparative evaluation
of bids on surmises and conjectures. Further, it was also provided as a condition in the
tender bid that the tenderer should have previous experience in undertaking handling of
similar work and/or transportation works preferably of ISO containers, however, no
definition of 'similar works' was, indicated in the bid documents.
3. It has also observed that the orders were allegedly split in order to bring it within the
powers of junior officers and that the proper records of machine breakdown were not being
kept. It is therefore, decided that in the matters of petty purchase in emergency items all
departments/organisations must keep proper records of all machine breakdown etc.
Yours faithfully,
Sd/-
(Anjana Dube)
Deputy Secretary