Professional Documents
Culture Documents
Proc Handbook e
Proc Handbook e
Handbook
The revised IFAD Procurement Guidelines, together with the Procurement Handbook, were prepared under the
leadership of Kevin Cleaver, Associate Vice-President, Programmes, Programme Management Department
(PMD), by the following working group:
Overview
Module A: Project cycle overview.......................................................... 9
Process management
Module B: Procurement responsibility................................................... 13
Module C: Correspondence and records management......................... 15
Assessment
Module D: Assessing borrower/recipient procurement capacity............. 17
Planning
Module E: Procurement planning.......................................................... 29
Identification
Module F1: Identification of need............................................................ 35
Module F2: Statements of requirements and specifications for goods..... 39
Module F3: Statements of requirements for works.................................. 44
Module F4: Statements of requirements (terms of reference) for services 48
Module F5: Selection of a procurement method..................................... 54
Module G: Identifying sources of supply................................................ 60
Bidding documents
Module H: Invitation to bid documents.................................................. 67
Module H1: Bidding documents for goods.............................................. 69
Module H2: Bidding documents for works.............................................. 72
Module H3: Bidding documents for consultancy services........................ 75
Contracting
Module I1: Contract types for goods..................................................... 85
Module I2: Contract types for works...................................................... 87
Module I3: Contract types for consultants............................................. 92
Module J: Payment terms, securities, retentions and guarantees.......... 95
Bid process
Module K1: The issue of bidding documents........................................... 101
Module K2: Pre-bid conferences and cite Visits....................................... 103
Module K3: Bidder clarifications, modifications and cancellations............ 105
Module K4: Receipt of bids..................................................................... 108
Module K5: Bid opening.......................................................................... 111
Contract award
Module M1: Letters of tender acceptance............................................... 161
Module M2: Negotiation for consultancy services.................................... 163
Module M3: Preparing and issuing contract documents.......................... 166
Module M4: Rejection of tenders and debriefing unsuccessful bidders.... 168
Module M5: Contract placement, effectiveness and commencement...... 170
Contract management
Module N1: Contract management......................................................... 173
Module N2: Contract amendments......................................................... 179
Module N3: Contract completion............................................................. 182
Module N4: Contracts termination........................................................... 183
Module O: Complaints and disputes...................................................... 185
Community participation
Module P: procurement with community participation........................... 187
1 The procurement plan will form part of the project AWP/B and will include all major procurement expected to be made
within a period of at least 12 months (i.e.18 months for the initial plan). Projects with community participation in procurement
may seek appropriate flexibility from IFAD with regard to this requirement.
Introduction
IFAD Procurement Handbook 5
award does not commit IFAD to avail financing for They also state that Borrower/recipient officials
the project in question. If the contract is signed, engaged in procurement activity have a duty to:
reimbursement by IFAD of any payments made by
A) maintain and enhance the reputation of the
the Borrower/recipient under the contract prior to
Borrower/recipient country by:
loan signing is referred to as retroactive financing
and is only permitted within the limits specified in (i) maintaining the highest standards of
the financing agreement. honesty and integrity in all professional
relationships;
4. Joint ventures (ii) developing the highest possible standards of
Suppliers, contractors and consultants from the professional competence;
Borrower/recipient’s country are encouraged to (iii) maximising the use of IFAD funds and other
participate in the procurement process in as much resources for which he or she is responsible
as IFAD encourages the development of domestic for the purposes for which they were
capacity. They may bid independently or in joint provided to the Borrower/recipient country;
venture with foreign firms, but IFAD will not accept and
bidding conditions that require mandatory joint
ventures or other forms of mandatory association (iv) complying both with the letter and the
between domestic and foreign firms. spirit of:
– the financing agreement;
5. Codes of conduct and conflicts of – the laws and regulations of the
interest Borrower/recipient country;
– accepted professional ethics; and
Codes of conduct – contractual obligations.
Negative perceptions of procurement can quickly B) respect the confidentiality of information
and easily be formed by individuals or groups gained in the course of duty and not use such
looking in at the process from the outside. It is information for personal gain or for the unfair
therefore imperative that procurement is not benefit of any bidder or supplier or contractor.
only conducted in an ethical, transparent and fair Information given in the course of his or her
manner, but that it is seen to be conducted that way. duty shall be true, fair and not designed to
mislead.
To guide Borrower/recipients and IFAD staff as to
what is expected, the IFAD Procurement Guidelines Two of the most common areas of uncertainty
set out the requirements for ethical conduct. in this area are the rules of accepting gifts and
hospitality and what to do in the case of conflicts of
They require that no person or entity shall use his/
interest. These are discussed in more detail below:
her/its authority, position or office for personal
gain, which will be defined as soliciting, accepting
Gifts and hospitality
or otherwise benefiting from anything of material
value, in any form,2 either in person or indirectly Any IFAD staff member or public official of the
through close relatives or associates, as a result of Borrower/recipient involved in IFAD-funded
procurement financed by IFAD. procurement activity shall:
(i) not be permitted to accept any business gifts3
from current or potential suppliers, contractors
or consultants unless such gifts are of very
small intrinsic value such as a calendar or
business diary;
4 As defined in IFAD’s Policy on Preventing Fraud and Corruption in its Activities and Operations (EB 2005/ 85/R.5) or as
may be updated from time to time.
Introduction
IFAD Procurement Handbook 7
Overview
Process
management
Overview
Module A: Project cycle overview
Purpose of this module:
This module sets out the basic considerations for the procurement aspects of three primary elements of
the project cycle, namely:
– project design;
– financing negotiations; and
– supervision of implementation.
It should be read in conjunction with IFAD’s Project Design Guidelines and IFAD’s Supervision Guidelines.
Applicability:
This module applies to all IFAD-funded projects.
Module
IFADA:Procurement
Project cycleHandbook
overview 9
Consequently, the IFAD Country Programme for project management, cost control and
Management Team (CPMT)7 will discuss the draft a basis against which subsequent
provisions of the letter to the Borrower/recipient supervision and monitoring of procurement
and/or financing agreement in which procurement matters can be assessed.
arrangements shall be specified.
When the loan provides funds to a financial
The outcome of the above steps will be documented intermediary institution (such as an agricultural
in the project design document with a view to credit bank or a development finance company)
informing stakeholders on the following issues: for on-lending to beneficiaries (such as individual
farmers, farmer groups, farmer associations or
(a) coherence of procurement actions: outlining the
cooperatives, private-sector microenterprises or
overall project objectives, annual workplan and
autonomous commercial enterprises in the public
budget, procurement plan, and timing within
sector for the partial financing of subprojects),
the project implementation period;
procurement is usually undertaken by the respective
(b) compliance with procurement principles and beneficiaries in accordance with established local
IFAD guidelines: procurement must be private-sector or commercial practices acceptable
conducted in compliance with applicable rules to IFAD. However, even in these situations, limited
and procedures and the design document is international or national competitive bidding may
expected to make specific reference to how the be the most appropriate procurement method
project will ensure these are observed; for the purchase of large single items or in cases
(c) assessment of Borrower/recipient/implementing where large quantities of like goods can be grouped
agency capacity: reporting on the assessment together for bulk purchasing.
findings and providing a clear decision for
The project implementation document shall
IFAD’s approach on the use of national
describe the procedures to be followed and
procurement systems, defining the participation
define the main responsibilities of the financial
of the parties in the procurement process as
intermediary institutions or sub-loan beneficiaries.
well as IFAD’s proposal’s for developing or
These shall inter-alia include provisions such as
strengthening procurement capacity;
assessment of the capacity of the beneficiaries,
(d) risks and mitigation strategies: identifying agreeing to supervision and oversight arrangements
potential risks involved in implementation under each sub-loan, and maintaining all relevant
of the procurement plan, Borrower/recipient/ records for post-review by IFAD and audits when
implementing agency capacity, and what requested.
measures could be adopted to mitigate
these. Such measures may include proposing 3. Financing negotiation
disbursement conditionalities, offering a
Negotiating the loan agreement is a critical
high level of direct supervision, enhancing
stage in procurement start-up as this process has
the procurement skills and/or knowledge
implications for all facets of the project.
of the Borrower/recipient staff or any other
mitigation measures considered appropriate The Borrower/recipient and IFAD enter into
and reasonable; negotiations to agree on the project´s scope,
(e) allocation of resources: this section of the implementation requirements, and terms and
design document serves as the instrument to conditions of the financing. In relation to
emphasize and integrate management priorities procurement, both parties review the project design
for implementation, forecasting procurement document to discuss and finalize the procurement
requirements and facilitating the mobilization provisions to be defined in the procurement
of staff and resources when they are needed; plan and letter to the Borrower/recipient as legal
obligations; procurement matters are generally not
(f) supervision arrangements: the level of included in the financing agreement except when
supervision considered necessary as a tool deemed necessary by the negotiating parties.
7 Primarily a resource group of stakeholders in IFAD’s country programme who participate in the entire country programme
design and implementation, from the COSOP through the various stages of project and programme design, implementation
and supervision. It has an in-house component and an in-country component. It has a variable membership since not all CPMT
members will be involved in every process and will change depending on the activity undertaken.
One of the primary procurement aspects to be The Supervision Guidelines provide a detailed
resolved is the determination of prior and post review of the IFAD supervisory function, however,
review by IFAD. Generally, the level of prior review specifically with respect to procurement supervision,
will depend on a number of factors, including IFAD staff (CPMs and procurement specialists) are
contract value, the procurement capacity of encouraged to carry out the following tasks, which
the Borrower/recipient and complexity of the have been found to enhance project effectiveness:
procurement. The following table, however, provides – ensure a project start-up workshop is held to
IFAD-stated thresholds for which prior review is introduce and explain procurement procedures
recommended. and requirements to Borrower/recipient’s staff;
– ensure that any further procurement training is
Category e
stimated contract value based on a training needs assessment;
– undertake periodic updates of any significant
Goods Above US$200,000
changes in the Borrower/recipient’s procurement
Works system and practices;
Services Above US$100,000 – review the procurement plan and ensure that any
revisions are applied where necessary;
– guide the Borrower/recipient in the preparation
4. Project supervision of the bidding documents;
The act of procurement takes place in the – provide applicable IFAD no-objections (for
implementation phase and despite all safeguards bidding and for award) for procurement limited
and risk mitigation measures put in place, there to prior review;
are always risk factors that can only be mitigated – in civil works’ contracts, pay close attention to
through constant vigilant practices starting from the the contract terms, in particular on proposed
time of procurement planning up to completion of variations (schedule and price);
the procurement cycle. – undertake field missions on a regular basis;
– conduct ex-post reviews and monitor contract
Although the primary responsibility for procurement performance;
lies with the Borrower/recipient, IFAD staff have – monitor overall procurement process
an oversight role to ensure compliance with performance and recommend improvements
the IFAD Procurement Guidelines and should and/or make necessary adjustments;
use its supervisory function not only to ensure – ensure that adequate allocation of resources
Borrower/recipient compliance but also to capture (both time and money) should be availed
lessons learned and build on this experience to ensure that IFAD can properly execute its
for improvement of future project designs and advisory and oversight functions.
enhancement of policies and procedures.
Module
IFADA:Procurement
Project cycleHandbook
overview 11
Management
Process
Process
management
Process
Management
Module B: Procurement responsibility
Purpose of this module:
This module sets out the general responsibilities of Borrower/recipients and IFAD staff with respect to the
procurement arrangements for IFAD-funded projects.
It provides general guidance and is neither designed nor intended to override any specific provisions for an
individual project that may be outlined in the financing agreement or letter to the Borrower/recipient.
Applicability:
This module applies to all IFAD-funded projects.
8 The precise schedule depends on the version of the financing agreement in use; older (pre-April 2009) versions
would normally define this in schedule 3, and the new (post-April 2009) financing agreements outline the implementation
arrangements in schedule 1.
Module B:
IFAD
Procurement
Procurement
responsibility
Handbook 13
3. Implementation unit – contract management;
– invoicing and payment;
For each project, the lead implementing agency
– dispute resolution;
may decide to appoint an implementation unit to
– contract completion and assessment.
manage the day-to-day operational activities of
that project. It would also be responsible for ensuring that
procurement proceedings are approved in
In such a case, the procurement may be
accordance with any national levels of authority that
undertaken by:
may exist, and/or are in accordance with the IFAD
– an already existing project implementation unit
supervision requirement of the project.
from a current project;
– a new project implementation unit created for
that specific project;
4. Procurement agents/
– the existing procurement department of the lead
management contractors
project agency; Where the Borrower/recipient lacks the necessary
– an existing procurement department of another organization, resources or experience to deal with
government agency; international procurement, it may wish (or be
– a commercial procurement organization required to by IFAD) to employ, as its procurement
contracted by the government for the purpose; agent, a firm or entity specializing in handling
– a United Nations agency. international procurement. The cooperating
institution is not to act as a procurement agent.
Where an auxiliary implementation unit is The agent is to follow all the procedures outlined in
appointed for this purpose, the lead implementing the financing agreement on behalf of the Borrower/
agency retains overall responsibility and recipient.
accountability for the project to IFAD and is
therefore required to ensure that it oversees the work Management contractors may also be employed
of the implementation unit at all times. in a similar manner and on a fee basis to contract
for miscellaneous works involving reconstruction,
With respect to procurement, an implementation repairs, rehabilitation or new construction in
unit would be responsible for the entire emergency situations, or where large numbers of
procurement process, including but not limited to small contracts are involved.
functions
such as: The process of procuring the services of procurement
– preparing procurement plans; agents and management contractors are as per those
– preparing statements of requirements, for consultancy services outlined in this handbook.
specifications, terms of reference and/or bills
of quantities;
– agreeing with IFAD on the procurement
method or method of selection for each
procurement activity;
– undertaking pre-qualifications, advertising,
management of expressions of interest and
shortlisting;
– preparing bid solicitation documents and
draft contracts;
– issuing bidding documents, responding to
clarification requests and overall management of
the bidding process;
– bid receipt, bid opening and bid evaluation;
– evaluation reporting;
– bid cancellation;
– contract award and negotiation;
– drafting contract documents and contract
placement;
14 IFAD Procurement
Process Handbook
management
Module C: Correspondence and
records management
Purpose of this module:
Essential to the evidencing of a transparent and auditable procurement process is the maintenance of
accurate record keeping and use of procurement reference numbering systems.
Effective correspondence and communications are critical to the management of relationships with
bidders, suppliers, contractors and consultants but may commit or bind originators and recipients to a
course of action with legal, contractual or financial implications.
Documentary records, both in print or electronic format, are therefore essential for efficient and effective
management of activities as they provide evidence in support of decisions and actions taken, and provide
an audit trail for verification of transparency, accountability and effectiveness.
Efficient records management is also essential to ensure effective storage, retrieval and use with due
regard to security, integrity and confidentiality.
The IFAD General Conditions for Agricultural Development Financing require that Borrower/recipients retain
documents and records for review by IFAD at any time within a period of three years after completion of
the bid or contract. Pursuant to that requirement, this module provides general rules for the maintenance
of basic procurement communication and records.
Applicability:
It is expected that most governments will have procedures for the keeping of records within the public
procurement system. Where it is agreed that the national system of correspondence and record keeping is
to be used for project procurement, then this module will not apply.
In circumstances where no such procedures exist, or IFAD has determined that they do not meet its
requirements, this module is to be used.
9 Where meetings are held as a method of communication, minutes should be produced to record information provided and
actual discussions that have taken place.
Module B:
IFAD
Procurement
Module C: Correspondence Procurement
and responsibility
records Handbook
management 15
The following table shows what procurement files, folders or dossiers should contain:
* Ideally, drafts of these published documents and reports should also be retained for completeness and to provide a full
picture of how the published document evolved. It is, however, accepted that where issues of space exist this may not
always be possible in practice.
16 IFAD Procurement
Process Handbook
management
Assessment
Process
management
Assessment
Module D: Assessing Borrower/recipient
procurement capacity
Purpose of this module:
This module is designed to assist IFAD staff and consultants when undertaking an assessment of a
Borrower/recipient’s procurement capacity as required by the Procurement Guidelines.
Applicability:
It applies to any occasion where a procurement system needs to be assessed.
For the purposes of the preparation of the COSOP, – other institutions working in the procurement
the Country Programme Managers CPMs are domain (i.e. Transparency International or
responsible for collecting existing data relating to national public procurement authorities);
public procurement within the country in question. – previous working experience from IFAD projects.
Sources of such data to be used will vary according The table below gives an indication of some of the
to availability and completeness of information tools used to assess the performance of a national
and size of overall country portfolio, but will procurement system. Many of these documents
usually include: are available to download from the Internet or are
– results from OECD-DAC Assessments of available from country offices of the development
National Procurement Systems; partners during the COSOP preparation mission.
– recent reports and findings from other
implementing agencies, donors and
development partners (such as the World Bank
Country Procurement Assessment Report);
UNDP Capacity
OECD-DAC tool World Bank CPAR World Bank UCS
assessment
Main Capacity assessment Risk assessment Risk assessment Capacity development
objective
Target Partner countries and World Bank and its World Bank and its Partner countries and
audience donors/dev partners partners partners donors/dev partners
Assessment Partner country (lead), World Bank (lead), other Mixed UN lead
team donors/consultants donors/consultants
18 Assessment
IFAD Procurement Handbook
The purpose of collating this data is to be able as an acceptable system for undertaking project-
to have: funded procurement activity. In this regard, the
COSOP is expected to classify the system as either:
1) an overall appreciation of the current status of
public procurement in the country; and, a) suitable for use without any adjustment;
2) an understanding of the overall international b) suitable for use but with some provisions to be
perceptions of the strength and maturity of the considered during project design to mitigate
public procurement system, against perceived risks;
in order to be able to identify where the biggest c) not suitable for use at this stage.
fiduciary and operational risks may exist.
Where it is assessed that a system cannot be used
In so doing, it is necessary to consider the in its entirety, IFAD will recommend the utilization
following aspects: of aspects of the systems where possible and will
consider, during project design, supporting activities
(i) the existence of enforceable laws, decrees, to improve such systems as a separate program
regulations or procedures governing activity during the implementation process.
procurement of goods, works and services
to internationally acceptable standards and The COSOP should also outline any projects,
meeting the requirements of section B of programmes or initiatives, either planned or in
the Procurement Guidelines; progress, that may impact the public procurement
(ii) the level of dissemination and availability system, structure or capacity during the life of the
of any such laws, decrees, regulations or COSOP, such as:
procedures to the public; – procurement reform projects (or
components within wider public financial
(iii) the organizational arrangements with respect management projects);
to centralization or decentralization of the – training initiatives focusing on procurement;
procurement function; – planned recruitment drives.
(iv) systems and policies that define and ensure
IFAD will share its findings with the Borrower/
segregation of duties and responsibilities
recipient country, identifying the weaknesses
within the procurement process;
found. Such sharing not only serves as a means of
(v) the existence of implementing manuals, promoting transparency, but provides a useful tool
guidelines, handbooks, model forms/ that the Borrower/recipient can use to undertake a
templates for standard documents, contracts capacity-building programme to improve its systems.
and conditions of contract;
(vi) the level of dissemination and availability of Stage 2: Project-specific assessment
any such implementing manuals, guidelines, When undertaking project design, designers are
handbooks, model forms/templates for required to undertake the following steps:
standard documents, contracts and conditions
(i) Familiarize themselves with the comments
of contract;
within the COSOP
(vii) the presence of a fully functioning system It is imperative for project designers to be aware
to regulate procurement; of the issues raised in the COSOP to ensure that
(viii) the existence of an acceptable system for they can be addressed in the project.
complaints and appeals relating Depending on how old the COSOP is at the
to procurement; time of the project design, it may be necessary
(ix) processes and procedures for independent to revalidate the findings and conclusions
audit or review of procurement; contained within it so as to take into account
any improvements or deteriorations in the
(x) the perceived level of fiduciary risk to IFAD. system since the COSOP was produced.
As a result of this review, the COSOP should include As a general rule, if the COSOP is more than
an informed opinion as to whether a particular 12 months old, then revalidation would be
country’s procurement system could be considered considered necessary as per step (ii). If the
YES
Are there
Are there any YES improvements
improvements? sufficient to
B
warrant ‘A’?
Undertake institutional assessment
Revalidate at project Focus on:
design phase NO NO 1. risk mitigation of remaining areas
of concern
2. practical implementation issues
Is there
Is there any YES deterioration
deterioration? sufficient to
warrant ‘C’?
YES
10 If so, then the country system should not be used, no stage 2 assessment is required and the IFAD methods of
procurement apply.
20 Assessment
IFAD Procurement Handbook
The objectives of the stage 2 procurement etc. A decision for not using a particular
assessment are to: cluster area in whole or in part of the national
– evaluate the capability of the implementing procurement system should be made on the basis
agency and the adequacy of procurement of the individual ratings, taking into account the
and related systems in place to administer significance of the deficiencies found; some cluster
project-funded procurement; areas may consist of a mix of ratings, which would
– assess the risks (institutional, political, require a decision to be made on whether to use part
organizational, procedural, etc.) that may or all of the cluster area.
negatively affect the ability of the agency to
carry out the procurement process; It is expected that in completing this assessment,
– develop an action plan to be implemented assessors will review a minimum of five
as part of the project, as necessary, to procurement activities undertaken by the entity/
address the deficiencies detected by the agency within the last 12 months (at least one each
capacity analysis and to minimize the risks of goods, works and services).
identified by the risk analysis; and
– propose a suitable procurement supervision Application of the tool
plan for the project considering the relative The relevant rating for each assessment indicator
strengths, weaknesses and risks revealed by should be inserted into the ‘Rating’ column on the
the assessment. ‘Scoring Sheet’. Depending on the rating input, the
In order to be able to undertake an assessment indicator will then automatically turn red (if the
of procurement at an operational level where rating is 1), orange (if 2) or green (if 3) to identify
existing data is unlikely to exist from other those areas that require urgent attention (red issues)
sources, IFAD will have to carry out its own in project design.
review and, in so doing, will need a tool to
To provide a graphic representation of the
facilitate and standardize that process. The
problem areas, the tool already has an automated
tool attached to the back of this module
colour coded functionality linked to the three
(see appendix 1) should be used during the
rating categories. The lowest of the three ratings,
project design mission. The tool, which has
representing areas of concern, will be highlighted
been adapted from the World Bank’s Agency
as RED (unsatisfactory); any issues achieving the
Assessment checklist, covers a range of issues to
highest rating will be shaded as GREEN (fully
review in order to assess capacity and should be
satisfactory) and those issues in the mid-range will
applied flexibly depending on each case.
be ORANGE (partially satisfactory). This ‘traffic-
light’ system is commonly used in assessment and
The assessment tool risk management and provides an instant focus on
The tool is an evidence-based assessment containing the issues requiring priority attention.
a range of issues to be assessed. It covers aspects
such as legal status of the agency being assessed As it currently stands, the percentage ranges are
through to the procurement skills of its staff. indicated as follows:
0-25 per cent compliance amongst files witnessed =
Again, in order to keep it as simple as possible,
rating 1 (red)
each issue will be rated in only one of three
categories: 3 - fully satisfactory, 2 - partially satisfactory, 26-74 per cent compliance amongst files witnessed =
1 – unsatisfactory, based on percentage bands. This rating 2 (orange)
will help to reduce subjectivity amongst different
75 – 100 per cent compliance = rating 3 (green).
assessors. Ratings will be given on actual, not
anecdotal, evidence as seen by the assessor. It is However, it is likely that these will be adjusted and
expected that the criteria used in the ratings will be refined with experience.
objective and consistent.
The Scoring Sheet will be accompanied by assessors’
The ratings given for each criterion will not be notes to guide the assessors as to how to apply
aggregated but each indicator will be assessed on the ratings to each cluster area and indicator. For
its own merit under a ‘cluster area’, for example, example, one of the indicators to be rated under the
procurement planning or contract administration, PROCUREMENT PLANNING cluster area is:
22 Assessment
IFAD Procurement Handbook
Any risk assessment requires considerable
professional judgment and there are no precise
instructions or steps leading to a clear-cut overall
assessment. Moreover, different institutions may
present weaknesses in the same areas but with
varying degrees of severity. In general, an institution
showing severe deficiencies in key areas covered
by the assessment should fall into the high-risk
category, and one showing satisfactory ratings in
most of them should be in the average-risk zone.
Only those showing good or better ratings in all
areas should be rated as low risk.
24
COUNTRY:
NAME OF ENTITY/AGENCY BEING ASSESSED:
IFAD
DATE OF ASSESSMENT: ASSESSOR NOTE:
Assessment
Checking the status of the
agency is important to be
able to ascertain the legality
of its operations. In a situation
where an agency does not fall
under the national laws and
regulations, careful consideration
Procurement Handbook
must be given to sign that
agency as the implementing
vehicle for the project
GENERAL FEATURES
What is the legal corporate status of this agency? (i.e. a government department, a state corporation, a parastatal enterprise?) Do the Enter text here (if national laws
national laws and regulations apply to this agency? Refer to existing assessment tools (i.e. CPAR, OECD assessment) for analysis of the do not apply, describe its own
legal system. regulations and whether it covers
all essentials)
BIDDING DOCUMENTS
Does the agency have capable staff for preparation of bidding documents?
What is the general quality of documentation produced by the agency? Identify improvement needed
Are technical specifications and terms of reference clear, neutral and accurate (including schedule of requirements?)
Do standard bidding documents (either national or international) exist for goods, works and consultants? If so, list them.
Do bidding documents contain all information necessary (see modules H1-3 of the procurement handbook) to prepare responsive bids and
clearly communicate the evaluation criteria?
Do the contractual conditions contained in the bidding documents include the minimum requirements to ensure adequate protection for the
procuring entity? (See general conditions of contract, World Bank template and the national procurement laws).
Are standard purchase orders (or equivalent order) used for shopping?
PRE-QUALIFICATION
Is pre-qualification carried out when appropriate? (see handbook module H for when pre-qualification may be appropriate)
Do pre-qualification documents clearly and completely describe all requisites for submitting responsive applications and the qualification
requirements?
Is financial information required and analyzed to assess financial capabilities to perform contracts?
ADVERTISEMENT
Are contracts to be awarded by competitive bidding publicly advertised in a widely circulated media?
Is the required minimum time allowed to obtain documents and prepare bids observed? (check the national regulations and minimum
timescale)
IFAD Procurement
Are bids received prior to the deadline securely stored? (i.e. secure tender box or other lockable facility)
procurement
Are public bids openly conducted?
If public bids are openly conducted, are they done within 48 hours following the deadline for submission?
Do bid-opening procedures generally follow those specified in the guidelines? Are minutes kept?
25
25 capacity
Handbook
26
BID EXAMINATION AND EVALUATION
Are evaluations conducted by a suitably qualified evaluating committee? (see handbook module L1 for guidance)
Is responsiveness determined on the basis of the documentary requirements described in the documents?
IFAD
Are bids evaluations carried out thoroughly and on the basis of the criteria specified in the documents?
Are evaluations completed within the original bid validity period?
Assessment
Are bid evaluations reports prepared containing all essential information (see Module group L for details)
Procurement Handbook
Are unsuccessful bidders informed in writing that they have not won the contract?
Are conditions precedent to contract effectiveness clearly defined in the contract? (i.e. performance security, advance payment, etc.)
CONTRACT ADMINISTRATION
Is there a contract monitoring system, either manual or electronic format, in use? Review sample
Is there a process being used to monitor delivery of goods and services to verify quantity, quality and timeliness?
Are contract amendments handled promptly in accordance with the contract conditions and established practices? (see handbook
module N2)
Are contract disputes handled in accordance with a formal complaints/arbitration system? (see handbook module O)
Are works contracts supervised by independent engineers or a named project manager?
Are contracts completed on schedule and within the originally approved contract price?
Are final payments and contract final closure handled in accordance with the relevant national procedure (or, if no procedure exists, in line
with handbook module O)?
RECORD KEEPING
Does the agency maintain a complete record of the process? This would include copies of all public advertisements, pre-qualification
documents (if used, the pre-qualification evaluation report documenting any decisions not to pre-qualify certain potential bidders), the
bidding documents and any addenda, a record of any pre-bid meetings, the bid opening minutes, the final bid evaluation report (including a
detailed record of the reasons used to accept or reject each bid), appeals against procedures or award recommendations, a signed copy of
the final contract and any performance and advance payment securities issued, etc.
Are adequate contract administration records maintained? (These would include contractual notices issued by the supplier, contractor,
purchaser or employer; a detailed record of all changes or variation orders issued affecting the scope, qualities, timing or price of the
contract; records of invoices and payments, progress reports, certificates of inspection, acceptance and completion; records of claim and
dispute and their outcomes; etc.)
Are periodic reports prepared on overall procurement activities?
Is a record of contract prices maintained? How is it used? To establish national price indices?
STAFFING
Is the agency staffed with trained procurement personnel in line with any requirement within the national regulatory framework?
Applicability:
This module applies to all IFAD-funded projects.
As a minimum, each procurement plan must ‘construction of small generator house’ would
contain the following information: be adequate
A brief description of each procurement activity to ‘generator house for a household 10KVA
be undertaken during the period or the plan genset, concrete block construction, 6’x6’x6’,
flat roof’ would be too specific for planning
The plan should be divided into goods, works
purposes
and services and a brief description of each
individual activity given. A brief description is
The nature and quantity of goods/works/
one that is sufficient to be clearly identifiable
services must be consistent with activities in
as an individual procurement activity but not
the annual workplan and it is the Borrower/
so detailed that it becomes a specification.
recipient that is required to complete this
information in the draft procurement plan.
IFAD will either agree or suggest amendments
as required.
IFADE:
Module Procurement Handbook
Procurement planning 29
For this section of the procurement plan, Other data
please also refer to module group F for
In addition to the minimum information
further assistance.
above, it is considered good practice for a
The estimated value of each activity procurement plan to capture additional
information such as:
To ensure that the plan and budget are, as
– Planned timing of the procurement
far as possible, harmonized, it is necessary to
activities11 (or at least the commencement
include the estimated expenditure for each
and completion dates);
procurement activity.
– Procurement by project component;
Estimated prices can be obtained from a – Dates for IFAD prior review;
number of sources, including but not – The responsible entity, in case different
limited to: entities are carrying out project
– previous similar purchases (these could be procurement (such as the project
from a previous/existing project or recent coordination unit, District A, the Ministry
projects in an adjoining country); of Agriculture).
– published prices available from potential
Whilst this is not compulsory data, this
suppliers;
information aids the management of the
– any national price lists that exist;
project by making the procurement plan
– the internet.
more of an active tracking and monitoring
The key is having a realistic budget based tool as opposed to just an initial list of
on informed data as the estimated value of procurement activities.
a procurement activity may have a direct
influence on the method of procurement to 3. When to update a plan
be adopted and the IFAD method of review
As already stated above, the initial 18-month project
for that activity.
procurement plan is required to be prepared at the
It is the Borrower/recipient that is required outset of each project, with successive 12-month
to complete this information in the draft procurement plans to follow during the course of
procurement plan. implementation.
The method of procurement to be adopted
Once this initial plan receives a ‘no-objection’
for each activity
from IFAD, the plan should form the basis of the
The plan should state the procurement procurement activity for the project.
method to be adopted for each separate
procurement activity. Module F5 provides It is important, however, that procurement plans are
information on how methods should be not static documents. They should be considered
selected. as ‘live’ documents and updated on a regular basis.
Any major adjustments or amendments should be
The method of review IFAD will undertake done promptly, but in any event, plans should be
for each activity reviewed and updated at least annually but ideally
The plan must contain the agreed method every quarter. Any major adjustment or amendments
of review that IFAD will adopt for each would require an IFAD no-objection.
individual procurement activity. This will
need to be determined by IFAD during its
review of the plan.
For more details about the review methods
and thresholds, please refer to module A.
11 When plans are updated or amended, it is good practice to retain the original planned dates as a point of reference.
Loan #: BASIC DATA Bid documents Bidding period Bid evaluation report Contract finalization
Issue # of
Lot Estimated Procurement Pre-or post- Date no- Bid invitation Bid closing- Bid evaluation Contract Date contract Date contract
Description invitation for Plan vs. Actual Date proposed no-objection
number amount in US$ method review objection date opening report amount in US$ award signature
bids
Plan
Actual
Plan
Actual
Plan
Actual
Plan
Actual
Plan
Actual
Module
Plan
IFADE:
Actual
Plan
Actual
Procurement
Plan
Procurement
Actual
Plan
Actual
planning
Handbook
Plan
Actual
31
0.00 Plan 0.00
0.00 Actual 0.00
32
Works
Country/Organization
Project/Programme
IFAD
Loan #: BASIC DATA Bid documents Bidding period Bid evaluation report Contract finalization
Issue # of Lumpsum Estimated Pre-or post- Prior-or Bid Bid Bid Contract Date Date
Planning
Lot Procurem. Plan vs. Date Date no- no-
Description invitation or bill of amount in qualifica- post- invitation closing- evaluation amount in contract contract
number method Actual proposed objection objection
for bids quantities US$ tions review date opening report US$ award signature
Plan
Actual
Plan
Actual
Plan
Procurement Handbook
Actual
Plan
Actual
Plan
Actual
Plan
Actual
Plan
Actual
Plan
Actual
Plan
Actual
0.00 Plan 0.00
0.00 Actual 0.00
Consultants
Country/Organization
Project/Programme
(T)
(T)
Description
in US$
and (F)
Date no-
Date no-
Date no-
proposal
objection
objection
objection
signature
Constract
Estimated
time-based
Submission
Closing date
Submission/
no-objection
no-objection
opening date
Lump-sum or
Date prepared
Invitation date
Date proposed
Date proposed
amount in US$
Plan vs. Actual
Plan vs. Actual
Eval. report (T)
Plan vs. Actual
Date published
Contract award
Pre/Post-review
Contract amount
Submission eval.
report (T) and (F)
evaluation report
evaluation report
Selection method
Opening financial
Plan Plan Plan
Actual Actual Actual
Plan Plan Plan
Actual Actual Actual
Plan Plan Plan
Actual Actual Actual
Plan Plan Plan
Actual Actual Actual
Plan Plan Plan
Module
Actual Actual Actual
IFADE:
Plan Plan Plan
Actual Actual Actual
Plan Plan Plan
Actual Actual Actual
Procurement
Procurement
Plan Plan Plan
Actual Actual Actual
planning
Handbook
Plan Plan Plan
Actual Actual Actual
33
Plan Plan Plan
Actual Actual Actual
0.00 Plan Plan Plan 0.00
0.00 Actual Actual Actual 0.00
Process
management
Identification
Identification
Module F1: Identification of need
Purpose of this module:
This module is part of the F group (Identification) and provides advice to Borrower/recipients and IFAD staff
on the following aspects of needs identification:
– types of need
– needs or wants
– alternatives
– procurement drivers
It also contains a flow-chart of activities as a summary.
Applicability:
This module applies to all IFAD-funded projects.
Module
IFADF1:
Procurement
Identification
Handbook
of need 35
In the case of desktop computers, the basic Example:
‘need’ could be classed as having basic Training is often seen as a solution to under-
office functions, such as spreadsheets performance, however, it may not be the
and word processing, iNTERNET access, solution if the cause of the under-performance
a CD/DVD-ROM and a reasonable speed is not related to a lack of skills or knowledge.
and size of hard drive. If the underlying issue is related to the lack
Compare this with ‘wants’ such as high of morale, motivation or interest, or linked
graphics-card specification, multiple hard to a lack to tools to do the job properly (i.e.
drives or DVD writer, and the specification not having the right equipment or facilities),
suddenly begins to increase. then delivering skills training is not going to
solve the core problem. If morale, motivation
There is a phrase in procurement that ‘the best is the or attitudes are the causes of performance,
enemy of the good’ – which essentially means that this is an issue of personnel management.
although something may be perfectly adequate for Similarly, if lack of adequate facilities is
our needs, we discard it because there is something impeding performance, then provision of
available that we prefer, even though we don’t those facilities is a priority.
actually ‘need’ some of its features. Although alternative options are usually
easier to identify when procuring services,
Product marketing will often attempt to sell
this concept applies equally to goods and
additional features as benefits by trying to stimulate
services as well. A good example is that of a
the buyers ‘want’ emotion. Invariably, however,
bridge to span a river. There is more than one
‘wants’ will increase the specification beyond what
way to cross the river and viable alternatives
is functionally necessary and therefore will increase
could be a tunnel or a boat service.
the price.
Another reason that ‘wants’ are often procured The key is to question and challenge the
instead of ‘needs’ is when there is an element of procurement at its earliest stages to ensure that
status or prestige attached to certain goods (again, the ‘need’ is really going to achieve the goals.
vehicles are a good example of this). A good way • The purpose of procurement
to avoid this problem, for some items at least, The other question is that of ownership.
is to have standardized specifications for certain Procuring on an ownership basis is what we do
prestigious items such as vehicles, computers or over 90 per cent of the time in our private lives. It
mobile telephones. This is discussed further in is a simple cycle of we have a need, we buy it, we
Guidance Sheet F2. own it. After ownership, we may consume it
(i.e. foodstuffs, raw materials) or we may keep it.
In summary, it is necessary to check that the
requirements for procurement are reflective of In terms of project procurement, however, there
the legitimate and justifiable needs of the entity is a much greater scope for adopting a different
concerned. strategy and one that still meets our need but
does not necessitate us actually taking on
3. Alternatives ownership; that is, to lease or rent.
For every action we take there is always an This lends itself mainly to goods procurement
alternative and procurement is no different. In this but can be a very cost-efficient way to meet a
subsection, we will look briefly at two aspects when need without the expense of owning a product.
considering ‘alternatives’ in procurement. Items such as office equipment, vehicles, farm/
construction equipment do not necessarily need
• Alternative to the need
to be procured as new and owned by the project,
This is the issue of whether the perceived ‘need’
especially if the need is only short-term. They
is actually the solution at all and the asking of
could be rented/leased for a defined period and
the pivotal question ‘Is there another way to
returned upon completion.
achieve the same outcome’.
In order to determine this, it is necessary to
consider the main reason behind the need? Is it a
symptom of something else that, if not fixed, will
still be an issue.
T= time
C= cost Q= quality
Module
IFADF1:
Procurement
Identification
Handbook
of need 37
As can be seen, different drivers determine different – the balance of power in negotiation is with the
areas of focus and it would not be beneficial bidder, supplier, contractor or consultant as they
to spend weeks on preparing the best possible are aware that the buyer does not have time for
specification if time was the priority. protracted discussions;
– goods are usually ‘off-the-shelf’ and therefore
As a final point, it is worth noting that of all the may not meet all of the specification
drivers that exist, the least favourable one from requirements.
a procurement perspective is that of time. This is
because when the procurer is under a time pressure, It is recognized that not every event can be planned
invariably the price goes up and/or value for money and unforeseeable situations arise. Often, however,
goes down. This happens for a number of reasons, pressure of time is brought upon through lack of
but primarily because: planning and for this reason it is preferable to have
– the buyer is reactive and so cannot plan the as much procurement planned as possible, so as to
procurement; avoid being forced into the position where time is
– there is usually insufficient time to undertake a the driver (see module E for details on procurement
competitive procurement process; planning).
5. Summary flowchart
Applicability:
This module is applicable to any IFAD-funded procurement for goods. Separate modules are available to
address requirements for works and services.
12 Unless it has been agreed by IFAD that reconditioned and fully guaranteed equipment can be procured.
Applicability:
This module is applicable to any IFAD-funded procurement for works. Separate modules are available to
address requirements for goods and services.
Applicability:
This module is applicable to any IFAD-funded procurement for services. Separate modules are available to
address requirements for goods and works.
Background section
A short (1-2 page) narrative to introduce the assignment, including details of any larger
A short narrative (1-2 page) of why the services are required
project that the assignment is to be part of
Identification
A high-level statement of what the activity is expected to achieve A high-level statement of what the assignment is expected to achieve
Scope of Work
The scope should be as detailed as possible to enable bidders to understand the needs of the work but should not be overly prescriptive.
It is important to ensure that the scope required is consistent with any budgetary constraints that may exist.
The actual scope of the services required or a list of specific tasks/ deliverables
The actual duties/tasks to be performed or a description of the scope of the services
required, such as study reports and recommendations, software, databases, invitation
The role, qualifications and experience of any key staff required. Key staff would The role, qualifications and experience of the key consultant(s) required. Key
generally include the staff to undertake the work and their supervisors. consultants are those specifically undertaking the work. This would include issues
such as:
These would include issues such as: – Academic qualifications
– Professional qualifications/training (i.e. catering certificates, security training); – Years of practical experience of similar assignments
– Years of practical experience of similar assignments – Knowledge of the country, region, sector
– Local knowledge (useful for issues such as catering, driving and gardening) – Language skills
It is useful to state whether it is envisaged that one consultant or a team is needed.
If the latter, an indicative team composition is useful.
Level of input
An estimate of the amount or value of work involved, where the scope of the services
A number of person-day inputs can also be specified if desired/ known. This can be
cannot be precisely defined (e.g. vehicle repair services for 50 vehicles for a one-year
specific or an estimate depending on the type of work and the budget available
period)
Non-consultancy Consultancy
Location
The location(s) or premises for the performance of the services (e.g. specify the
The location of premises for the performance of the assignment
address, where services are to be performed)
Any facilities, services or resources to be provided by the procuring entity. This could Any facilities, services or resources to be provided by the procuring entity (i.e. office
include facilities, toilets, storage rooms, counterpart staff, etc. space, vehicles, communications, documents, counterpart staff)
Arrangements for (management) reporting to the procuring entity, including lines of Arrangements for management reporting to the procuring entity, including lines of
communication and the contact point(s) for management and administration of the communication and the contact point for management of the assignment, as well as
assignment details of where to submit deliverables/reports
of
IFADF1:
Any other details or requirements relevant to the assignment Any other details or requirements relevant to the assignment
51 reference)
Procurement for
Identification
Handbook
services
of need
When writing, reviewing or approving a TOR, it is 3. Who should write a TOR?
important to consider the following:
It is the responsibility of the Borrower/recipient to
– What is the expected outcome?
prepare the initial draft TOR.
What is it that we expect to have changed,
improved, been done or achieved as a result of It is preferable that a TOR be authored by specialists
this TOR? in the technical field and with the support of
– What will success look like? personnel with knowledge of local conditions
Having established what the expected outcome and needs. Where it does not possess the required
is, how will we know if it has been successful in technical expertise in-house, the Borrower/recipient
achieving that? should seek technical support from external sources
– Are the deliverables quantifiable? such as other government bodies or external
In trying to ascertain success, are the defined technical specialists.
deliverables in the TOR aligned to achieving the
expected outcome and are they measurable? IFAD’s role in specifications is limited to its review
– What skills are needed? of the specification as part of any prior review
In order to deliver the expected outcome, what process it undertakes on the bid solicitation
specific skills and knowledge are required? document.
Is experience more important than academic
qualifications or vice versa? 4. Use of standardized/previous TOR
– How long will it take to accomplish?
Preparation of TOR can be a time-consuming
It is often easy to underestimate how long work
exercise, however, unlike specifications for goods or
may take to complete. This is particularly the case
works, it is not very common for standardized TORs
if the TOR is for consulting services and there
to exist either within a national procurement system
is an element of familiarization or background
or within specific government ministries or agencies.
research to be done.
– Are there any specific constraints to completing Where they do exist, they can be useful and time-
the work? saving tools, but need to be used carefully as there
Is there anything that may prove to be an are essentially two types of standard, both with very
obstacle to successful completion? Some different characteristics:
common problems in this regard include the – Firstly, there are those that represent a
availability of counterpart funds or approvers national or corporate standard for purposes of
of outputs, restricted access to facilities or standardization. These are usually issued from
equipment, etc. a central authority point, are mandatory and
Also, is there anything that the client is providing prescribe minimum standards. They may exist
that needs to be procured or organized before for very standard, commonly procured services,
the services can commence (e.g. vehicles, office which are unlikely to change over time (e.g.
equipment, additional keys, security security services);
passes etc.)? – Secondly, there are those that have been used
– How will monitoring information be gained previously and can serve as generic templates
during implementation? to provide a starting point for a more specific
It is good practice to monitor the contract on TOR to be prepared which reflects the specific
a regular basis throughout its duration (see needs of the service now required. As every
module N). In order to do this, thought should procurement activity is unique, it should not
be given to what mechanisms can be included be assumed that a previous TOR for a similar
in the TOR to allow for interim monitoring service is appropriate in its entirely – indeed, it
to take place. This can usually be achieved is extremely rare that this is the case as lessons
through mechanisms such as progress reporting, learned from previous experiences should be
exception reports, defined milestones or progress included in the TOR as part of a process of
meetings. continuous improvement.
– Will these TORs deliver the result?
As a final check, it is always useful to consider When using existing/previous/standard TOR, it
whether the written word in the TOR conveys the is therefore imperative to know the history of the
nature and type of result that is expected from template, to ensure that it includes all of the aspects
the work. If not, then revisit the TOR again. listed in section 2 above, and is relevant to the
current assignment in hand.
Applicability:
This module applies to all IFAD-funded procurement.
1. What methods exist for Goods and methods adopted or preferred by most countries/
Works? development organizations/financial institutions.
There are a number of different methods and The most commonly known and used methods of
processes and differing terminology in use between procurement for goods and works, and those as
individual countries and development organizations/ defined in the IFAD Procurement Guidelines, are as
financial institutions. Notwithstanding this, there follows:
are general characteristics that are evident in the
Table 1
15 For procurement of services, the focus is more on the method of selection. See point 2.
16 Where ICB is being used, the World Bank ICB procedures, as set forth in their Procurement Guidelines, will apply in
all cases
17 Direct contracting may only be used in exceptional circumstances as below and only with the express agreement of IFAD
Table 2
Limited As per ICB but by Only a few suppliers are No public advertising Goods: 4-6 months
international direct invitation known (and in such a case all
Bid list is restricted
bidding instead of open should be permitted to bid).
(LIB) advertising No domestic
Low-value
preference
Exceptional circumstances,
Public opening
such as emergency action
concerning a major natural
disaster, which may justify
waiving any advertising for
competitive bids.
National Usually the most The goods or works are Advertising usually Goods: 5-6 months
competitive common process available locally at prices restricted to the
bidding used on the significantly below those of the national press
(NCB) domestic market international marketplace.
Bidding documents
Maybe the most efficient and may be in the official
economical way of procuring language of the
A full tendering
goods or works that, by their Borrower/recipient
process where
nature or scope, are unlikely to country
the opportunity to
attract foreign competition.
submit bids/tenders Local currency
is only announced The likely value of the contract generally used for
to the national is below the minimum level evaluation
marketplace at which foreign bidders
Public opening
wish to compete for such
business, given the capability
and competitiveness of local
bidders.
Where works are spread
geographically, or over time,
in a way that upsets the
economies of scale.
The costs involved in
implementing ICB are
disproportionately high.
19 Applies when national procurement systems are deemed not to be consistent with IFAD Procurement Guidelines.
4. Summary
For each procurement activity, consider:
Sufficient
number of Limited
Medium NO international
national
When the requirement The urgent requirements When additional goods, When open bidding shopping
suppliers
can only be supplied only may be procured services or works are has failed to bring
IFADof
physical or technical Non-urgent requirements specified under an it may be necessary
F1:
reasons. must be purchased existing contract, and a to undertake a
YES
separately by the change of supplier is restricted bidding
normal methods. not desirable. process. National
The term ‘emergency’ Medium competitive
should not be abused
bidding
and does not apply to
events which could
Procurement
have been foreseen
a procurement
Identification
by the Borrower, nor Estimated
the result of dilatory
value?
conduct on its part.
Low If goods
International
Handbook
method
of need
Reconsider the requirement. Is it worth merging with >200,000 US$
competitive
another requirement to increase the value to make If Civil works
it more attractive to bidders and enough to warrant
bidding
>1m US$
issuing an open tender?
59
Module G: Identifying sources of supply
Purpose of this module:
Locating relevant and reliable sources of supply, in sufficient number, for goods, works and services can
often be a challenge.
This module offers assistance with a number of common aspects of this process, namely:
– pre-qualification
– expressions of interest
– shortlisting.
It is not designed nor intended to be a comprehensive analysis of each approach but a step-by-step guide
to some general good practices and approaches, which can be adopted to assist with identifying supply
sources.
Applicability:
This module is a good practice guide and therefore applicable to any IFAD-funded procurement.
Where ICB is the method of procurement, the World Bank guidelines for General Procurement Notices and
pre-qualification will apply.
20 The terms ‘tender’/‘bid’, ‘tenderer’/‘bidder’ are used interchangeably in this module and convey the same meaning.
Advantages Disadvantages
Pre-qualification – Assists shortlisting – Delays the initial issuance of tenders
– All shortlisted bidders meet minimum criteria
therefore evaluation time is reduced
– Also saves time at contract award and
placement stage as it can move ahead quickly
without the need for lengthy post-qualification
Post-qualification – Tenders can be issued quickly without the need – Evaluation may be undertaken on bidders,
for a pre-qualification process which later turns out to be unsuitable
– Can create delays between contract award and
placement stage whilst being carried out
21 Pre-qualification shall be based entirely upon the capability and resources of prospective bidders to perform the
particular contract satisfactorily, taking into account their (a) experience and past performance on similar contracts, (b)
capabilities with respect to being able to supply or provide the goods, works or services needed, (c) financial position and (d)
legal or tax status. State minimum requirements to be met for purposes of assessment. References can be requested at this
stage or left for submission as part of the bidding process.
ModuleModule
G:IFAD
Identifying
F1:
Procurement
Identification
sourcesHandbook
ofofsupply
need 61
8. Prepare a list of pre-qualified bidders and – the procuring entity does not have the time
obtain IFAD approval for the evaluation and resources for the evaluation of a large
and the pre-qualified list. This approval number of detailed proposals;
can normally be obtained at the same time – the bidding process is limited to the
as approval for the invitation to tender consultants who have been shown to have
document. the capabilities, personnel and experience
required for the successful performance of
2. Expression of interest the contract.
22 References can be requested at this stage or left for submission as part of the bidding process.
23 This report forms a section of the overall evaluation report (see module group L).
24 Ensure that the grounds for use of limited bidding are known, as this affects the development of the shortlist. Grounds
will be either that only a limited number of sources exist or that the value of the procurement falls under any agreed project
threshold for a limited process. Request for quotations is almost always only used on grounds of the relatively low-value of the
procurement being under the agreed project threshold for this method.
ModuleModule
G:IFAD
Identifying
F1:
Procurement
Identification
sourcesHandbook
ofofsupply
need 63
(iv) How to do it – market research, using trade journals,
the Internet, trade directories, etc.
This process can be adopted regardless of
whether or not the shortlisting process is Note that suppliers that appear on any
being done following a pre-qualification or list of debarred suppliers issued by the
EOI process or without such process having Borrower/recipient or IFAD must not be
taken place: included on a (longlist or) shortlist.
25 For an international procurement activity, at least two different countries should be represented.
4. Summary
There are a number of ways to identify potential
sources of supply and in this module we have
looked at:
– Pre-qualification
– Expressions of interest
– Shortlisting
ModuleModule
G:IFAD
Identifying
F1:
Procurement
Identification
sourcesHandbook
ofofsupply
need 65
Process
management
Bidding
Documents Documents
Bidding
Module H: Invitation to bid documents
This cluster of modules provides general assistance of good practices when preparing invitation
documents.
The invitation document is at the heart of the bidding process. A clear, concise and well-drafted document
should result in a successful procurement process and, equally, an unclear, ambiguous and badly drafted
document will result in confusion and create delays in the process. Getting the document right is therefore
critical to the success of any procurement activity.
These modules are not designed nor intended to be a detailed walk-through of completing a specific
bidding document template. Instead, they are a general guide to the issues that need to be taken into
account when preparing any invitation document.
There are also some generic provisions that apply to all three modules and must be read in conjunction
with them. These are shown below.
1 Types of bidding document bidding documents (in the case of prior review) or
declaring misprocurement in accordance with its
Before preparing to draft any bidding document, Procurement Guidelines (in the case of post-review).
two pivotal questions need to be asked:
Templates have also been designed and are available
(i) What standard model or template for procurement of specific equipment such as
to use? textbooks, pharmaceuticals or IT systems.
At the outset of the project, a decision would have
been taken by IFAD, in consultation with the For very high-value or complex civil works/
Borrower/recipient, regarding the bidding document construction contracts (i.e. above US$5 million), the
templates for use when undertaking procurement bidding documents and contract forms published
activities. This decision would have either: by the Fédération Internationale des Ingénieurs-
Conseils (FIDIC) are recommended for use to ensure
a) stated that any existing national templates could adequate legal protection for the purchaser during
be used, or; the performance of major contracts.
b) templates of other international financing
For consultancy services, there are usually only two
institutions or donors should be adopted (i.e.
types of documents:
World Bank or regional development banks).
– a short request for quotation document for
In order to comply with this provision, it is use with low-value assignments with a short
necessary to know which templates have been duration; or
approved for use for the specific project in question. – a full form request for proposals’document for
The use of an unapproved template may result all other services requirements.
in IFAD withholding its no-objection to the draft
Module H:
IFAD
Invitation
Procurement
to bid documents
Handbook 67
(ii) What procurement method is 2 Who should prepare them?
being used? The Borrower/recipient is responsible for
The method of procurement being used will
27 undertaking the procurement activity and
usually determine the size and complexity of operational arrangements should have been made at
bidding document to be used. For high-value or the outset of the project.
complex procurement, the bidding document will
generally contain a number of different sections, Preparation of a bidding document is not a task
detailed instructions, conditions, evaluation easily done in isolation however, and, subject to
criteria and submission templates and can be in the value and complexity of the procurement, may
the region of 60-100 pages long. For low-value require consultation with or inputs from:
procurement, it is likely that the document will be – the ultimate end user of the goods (if not
quite short, maybe 3-5 pages, and only include basic drafting the document);
information such as the bid closing time, items to be – technical specialists;
procured and minimal instructions relating to bid – parent ministries or other national bodies or
submission and evaluation. authorities.
The table below gives an example of some IFAD’s role is restricted to review (either prior or
differentiations between methods and document post) of documents as part of its project supervision
types for goods and works.28 Please note that this activities. While it may make suggestions and
is just an indicative illustration for the purposes of recommendations during prior review, this does
demonstration and should not be considered as a not in any way absolve responsibility from the
mandatory instruction for use. Borrower/recipient.
Procurement Document
method type
International competitive Full version of bidding
bidding (ICB) document (in some
countries, this is called the
‘goods’ document)
Limited international bidding Can be the full version of
(LIB) the bidding document or a
shortened version
National competitive bidding
(NCB)
68 IFAD Procurement
Bidding documentsHandbook
Module H1: Bidding documents
for goods
Purpose of this module:
To provide Borrower/recipients and IFAD staff with some general advice on what should be included in
bidding documents.
This module does not refer to any specific standard model or template but instead addresses issues of
good practice for consideration when preparing or reviewing a bidding document.
Please note that this module only covers specific aspects of goods procurement and therefore must be
read in conjunction with the module group H, which gives advice on generic issues relating to bidding
documents.
Applicability:
As a guide to good practice, this module applies to all procurement for goods.
Module
Module
H1: H:
Bidding
IFAD
Invitation
Procurement
documents
to bid documents
Handbook
for goods 69
– so as to provide prospective bidders with between the buyer and supplier in connection
details of that criteria and on what basis a with the delivery of the goods as required by
contract award decision will be made. the contract. Each term clearly specifies the
responsibilities of the seller and the buyer
Providing all prospective bidders with
and the terms range from a situation in which
this information engenders fairness and
everything is fundamentally the responsibility
transparency in the process and enables
of the buyer to the other extreme where
all bidders to consider these aspects when
everything is fundamentally the responsibility
compiling their bids.
of the supplier.
The evaluation criteria will be specific to each
For purposes of bidding and evaluation, prices
individual procurement activity, however,
are requested in accordance with one or more
some criteria are common to all procurement,
of the Incoterms so as to ensure continuity
such as:
across all bids received. The latest version of
– technical competence/expertise;
Incoterms, plus full instructions on their use,
– experience/track record;
is available from the International Chamber of
– cost;
Commerce (www.iccwbo.org/Incoterms).
– quality/Specification;
– compliance with requirements of the bid. Other evaluation criteria can include:
– availability of spare parts/local agent/
For the majority of goods procurement, the
servicing facilities;
criteria is likely to be lowest total cost that
– cost of ownership (i.e. price and usage rate
meets the specification and is compliant with
of consumables, service intervals);
all aspects of the bidding documents.
– compliance with samples (see below);
In the event that the award decision is – terms and duration of warranty;
based on time, not cost (see module F1 for – compatibility with existing items;
assistance on setting priorities), then any – environmental issues (i.e. environment-
specific time-related delivery requirements friendly products, level of recycling used in
must also be stated (i.e. delivery by a certain manufacture, potential for recycling after
time or delivery in staggered consignments use);
over a certain period). – adjustments for preference for national
Where cost is the primary factor, the cost of bidders (if using national procurement
transportation is a significant component systems, this provision may appear under
of the overall cost of goods purchased. It is a national law/regulation to support
thus an important factor in the evaluation of indigenous bidders).
bids and therefore needs to be addressed in Procurement by sample can be effective. There
the bidding documents. Bidders will need to are a number of variations as to how this works
know what degree of transportation they are and the purchaser must make it very clear as
expected to be responsible for, what levels to the role of the sample in the procurement
of insurance they should have and when the process. Options are:
delivery of the goods is deemed to have been
i) Where the purchaser has a sample of the
completed. Similarly, buyers need to know
product, colour or style it requires bidders
what is included in the quoted prices to
to match. This is usually where there are
enable a like-for-like comparison to be made
issues of standardization or corporate style
between different bids.
(such as colours). The purchaser states in
The easiest way to capture this information and the bidding document that a sample is
avoid uncertainties in interpretation between available for inspection by bidders, stating
contracting parties is through the use of when and where it can be viewed, and that
Incoterms, a set of rules for the interpretation compatibility with the sample will be a
of the most commonly used trade terms in key factor in evaluation. When using this
international trade that are issued periodically approach, it is good practice to ask bidders
by the International Chamber of Commerce. to confirm in writing that they have viewed,
The basic purpose of each Incoterm is to or had the chance to view, the sample so as
clarify how functions, costs and risks are split to avoid any complaints later in the process;
70 IFAD Procurement
Bidding documentsHandbook
ii) Where the purchaser requires that bidders (vii) The type and conditions of the
submit a sample of their product with their proposed contract
bid. In this case, it is essential to state
It is widely considered good practice to provide
whether the samples supplied are either
bidders with a template of the proposed
(a) considered indicative of the type of
contract and the contractual conditions
product, quality, colour to be supplied,
(including payment arrangements32 and
or (b) an actual representation of the
timing) that they will be subject to in the event
product to be supplied. If (a) then the
that they are awarded a contract. This early
sample is examined at the bid evaluation
disclosure of contractual requirements has a
stage and either returned to the bidder or
number of benefits:
retained for information depending on
– it provides bidders with the opportunity to
the provisions of the bidding document.30
make a bid or no bid decision based on the
If (b) then the sample submitted with the
full picture of the procurement process;
bid is kept secure and forms part of the
– by disclosing the contract template and
contract. The goods supplied under the
contractual conditions at the outset, there
contract are checked against it to determine
is no argument later in the process that
compliance to sample. Where goods do not
bidders were not aware of contractual
match the sample, they are rejected and
provisions or obligations (this is particularly
payment is withheld. This is often done in
relevant with respect to payment terms);
procurement of clothing.
– it speeds up the process from contract award
to contract signing as the bidder has already
(vi) Any qualification criteria that will be
seen and agreed, by virtue of submitting
applied
their bid, the format and general conditions
If no prequalification31 has been conducted, it of the contract.
will be necessary to include any documentary
evidence that bidders must provide to evidence
their qualification to be considered for a
contract. This generally includes issues such as:
– experience and past performance on similar
contracts;
– capabilities with respect to being able to
supply or provide the goods;
– financial position;
– legal and/or tax status.
State minimum requirements to be met for
purposes of assessment.
30 Returning samples to bidders is not usually done for international tendering because of the cost of return. It is more
appropriate for national bidding where costs would be lower. Alternatively, bidders can be informed that they may collect their
sample if desired, otherwise it will either be retained or disposed of.
31 See module G.
32 See module group J.
Module
Module
H1: H:
Bidding
IFAD
Invitation
Procurement
documents
to bid documents
Handbook
for goods 71
Module H2: Bidding documents
for works
Purpose of this module:
To provide Borrower/recipients and IFAD staff with some general advice on what should be included in
bidding documents.
This module does not refer to any specific standard model or template but instead addresses issues of
good practice for consideration when preparing or reviewing a bidding document.
Please note that this sheet only covers specific aspects of works procurement and therefore must be
read in conjunction with the module group H, which gives advice on generic issues relating to bidding
documents.
Applicability:
As a guide to good practice, this module applies to all procurement for works.
33 See module J.
72 IFAD Procurement
Bidding documentsHandbook
(v) The evaluation criteria and – plant and equipment to be provided by
methodology that will be applied the contractor
– site management/security capabilities
There are a number of reasons why the criteria
– use of local labour, equipment and/
for evaluation need to be included in the
or materials
bidding documents. These include:
– cost of ownership (i.e. price and usage rate
– so as to be able to determine whether the
of consumables, service intervals)
bids received will meet your requirements;
– terms and duration of warranty/
– to ensure that all bids are evaluated against
defect liability
the same parameters; and
– environmental issues in the design and,
– so as to provide prospective bidders with
where relevant, operation (i.e. use of
details of that criteria and on what basis a
environment-friendly products, level of
contract award decision will be made.
recycling used in the completion of the
Providing all prospective bidders with work, use of natural power sources)
this information engenders fairness and – any margin of preference for
transparency in the process and enables indigenous bidders .
all bidders to consider these aspects when
compiling their bids. (vi) Any qualification criteria that
will be applied
The evaluation criteria will be specific to each
individual procurement activity, however, some If no pre-qualification34 has been conducted, it
criteria are common to all procurement, will be necessary to include any documentary
such as: evidence that bidders must provide to evidence
– technical competence/expertise; their qualification to be considered
– experience/track record; for a contract. This generally includes issues
– cost; such as:
– quality/specification; – experience and past performance on similar
– compliance with requirements of the bid. contracts;
– capabilities with respect to being able to
For the majority of works procurement, the complete the works;
criterion is likely to be lowest completion cost – financial position;
that meets the technical requirements and – legal and/or tax status.
is compliant with all aspects of the bidding
documents. State minimum requirements to be met for
purposes of assessment.
In the event that the award decision is
based on time, not cost (see module F1 for (vii) The type and conditions of the
assistance on setting priorities), then any proposed contract
specific time-related delivery requirements It is widely considered good practice
must also be stated (i.e. completion by a to provide bidders with a template of
certain time for a specific event). the proposed contract (whether lump-
Other evaluation criteria can include: sum or admeasurement)35 and the
– qualifications of key staff contractual conditions (including payment
– labour day rates (for long-term construction, arrangements36 and timing) that they will be
this may include annual pay increases and subject to in the event that they are awarded
paid holiday) a contract. This early disclosure of contractual
– the degree of subcontracting as the majority requirements has a number of benefits:
of works should be undertaken by the main – it provides bidders with the opportunity to
(or ‘prime’) contractor make a bid or no bid decision based on the
– workplan/completion time full picture of the procurement process;
– design drawings – by disclosing the contract template and
– annual construction turnover contractual conditions at the outset, there
is no argument later in the process that
bidders were not aware of contractual
34 See module G. provisions or obligations (this is particularly
35 See module I2. relevant with respect to payment terms);
36 See module group J.
Module
Module
H2:H:
Bidding
IFAD
Invitation
Procurement
documents
to bid documents
Handbook
for works 73
– it speeds up the process from contract award
to contract signing as the bidder has already
seen and agreed, by virtue of submitting
their bid, the format and general conditions
of the contract.
For very high-value or complex contracts
(i.e. above US$5 million) the bidding
documents and contract forms published by the
Fédération Internationale des Ingénieurs-Conseils
(FIDIC) are recommended for use to ensure
adequate legal protection for the employer
during the performance of major contracts.
74 IFAD Procurement
Bidding documentsHandbook
Module H3: Bidding documents for
consultancy services
Purpose of this module:
To provide Borrower/recipients and IFAD staff with some general advice on what should be included in
bidding documents and to provide an explanation of the different selection methods that can be used.
The procurement of consultancy services is a specialized form of procurement requiring bidding
procedures and documents that are very different from those for standard goods and works. The standard
bidding document for consultancy services is usually called ‘request for proposal’ (RFP) and most national
procurement systems will either have their own version of this document or use a standard template from
an international donor. The alternative is for low-value services of short duration (i.e. a one- or two-day
study) where it is possible to use a short ‘request for quotation’ type document of which there are many
templates widely available from other projects or national systems.
This module does not refer to any specific standard model or template but instead addresses issues of
good practice for consideration when preparing or reviewing a bidding document.
Please note that this module only covers specific aspects of consultancy services procurement and
therefore must be read in conjunction with the module group H, which gives advice on generic issues
relating to bidding documents.
Applicability:
As a guide to good practice, this module applies to all procurement for consultancy services.
76 IFAD Procurement
Bidding documentsHandbook
– a set amount of relevant experience for a closer range of scores between the various
the assignment; 39 evaluators than if they had to pick a subjective
– the quality of the methodology proposed; number between, for example, 20-50 points.
– minimum expected qualifications and Each sub-criteria has its own maximum score
experience of the key staff proposed; against which it should be rated. These sub-
Subject to the nature of the assignment, it scores are then added to give a total score for
may also include: the primary criteria. The number of sub-criteria
– provisions for training/capacity-building should be kept to the essential minimum and
of local staff;40 must be fully detailed within the RFP. But
– the extent of participation by nationals be wary of having too many sub-criteria as
among key staff in the performance of having less than 5 points awarded to a criteria
the assignment:41 or sub-criteria risks making it irrelevant to the
evaluation.
Once the criterion has been selected, a total
of 100 points is divided among each technical Some examples of this using the primary
criterion relative to its importance to the criteria shown in the table above are:
assignment. These points must also be declared – for response to TOR and methodology:
in the RFP. if 40 points were allocated in total, these
could be divided into:
The table below provides an example of
• degree of innovation = 25 points
how a range of points is usually distributed.
• level of detail = 10 points
Please note this is just an indicative example
• proposed workplan = 5 points
and each case will need to be considered in
relation to the criteria selected and the specific thus placing a lot of emphasis on an
circumstances of the assignment. innovative technical proposal and less on
the workplan.
Primary criteria: Usually – for key personnel: it is normal to use sub-
between:
criteria for key staff to evaluate their
Specific relevant 0 to 10 points qualifications, technical experience,
experience:42
national/regional knowledge or experience
Response to the TOR 20 to 50 points
and, if relevant, language capabilities. If 40
and methodology
proposed: points were also allocated to this primary
criteria, these could be divided as follows:
Key personnel:43 30 to 60 points
• general qualifications44 = 10 points
Training: 0 to 10 points
• adequacy for the assignment45 =
Participation by 0 to 10 points 15 points
nationals:
• experience in the country/region46 =
Total: 100 points 15 points
Note that the total MUST add up to 100. thus giving a fairly balanced spread of
points among the sub-criteria.
As these primary criteria are quite wide ranging,
they should then be divided into sub-criteria
to (a) place emphasis on the important
components of the criteria, and (b) assist
the objectivity of the evaluation by ensuring
Sub-criteria
Position % age General Adequacy for Reg./nat. Max.
Points Qualifications assignment experience score
(10 points) (15 points) (15 points)
Team Leader 50 10x50% = 5 15x50% = 7.5 15x50% = 7.5 20
Specialist 1 30 10x30% = 3 15x30%= 4.5 15x30% = 4.5 12
Specialist 2 20 10x20% = 2 15x20%= 3 15x20% = 3 8
The RFP must also specify the minimum The application of the evaluation criteria,
qualifying technical score to be achieved awarding of merit points and calculation of
for a technical proposal to proceed to the technical and financial scores are covered by
financial evaluation. Usually, the minimum modules L6, L7 and L8.
score required for qualification of the
The standard procedures for correcting
technical proposal is at least 70 per cent.
arithmetic and other errors in bid prices
will apply to adjust the bid price before the
points are awarded to each bid.
In summary, in preparing the evaluation criteria for QCBS, the steps to be taken are:
47 As the primary team member, the Team Leader should usually be allocated more points that any other team member.
The exception is when the performance of another key specialist in a team is more critical to the assignment and, in this case
more points should be allocated for this person to reflect their importance in evaluation.,
78 IFAD Procurement
Bidding documentsHandbook
(ii) Quality-based selection (QBS) When using QBS, the majority of steps in
preparing the evaluation criteria are the same as
Quality-based selection (QBS) may be
with QCBS, the primary difference being that
appropriate for complex or highly specialized
there is no requirement to provide a weighting
assignments, or those that invite innovations
between financial and technical scores as the
where the best expertise available is required
award is made purely on the highest technical
without consideration of the price. For
score.
example:
– Where it is difficult to define precise Some other specific aspects of QBS are:
TOR and the required input from the – The request for proposals (RFP) should
consultants, and for which the client not indicate the estimated budget, but
expects the consultants to demonstrate may provide the estimated number of
innovation in their proposals (i.e. country key staff and time, specifying that this
economic or sector studies, multisector information is given as an indication only,
feasibility studies, design of a hazardous and that consultants are free to propose
waste remediation plant or of an urban their own estimates.
master plan, financial-sector reforms); – The RFP may require submission of
– Assignments that have a long-term impact a technical proposal only (without a
and in which the objective is to have financial proposal), or request submission
the best experts available (for example, of both technical and financial proposals
feasibility and structural engineering at the same time, but in separate envelopes
design of such major infrastructure as (two-envelope system). Only the financial
large dams, policy studies of national envelope of the highest-ranked technical
significance, management studies of large proposal is opened.
government agencies); – If technical proposals only are invited,
– Assignments that can be carried out in very after evaluating the technical proposals the
different ways, and therefore proposals may consultant with the highest-ranked technical
not be directly comparable (for example, proposal will be invited to submit a detailed
management advice, or policy studies in financial proposal.
which the value of the services depends on – The procuring entity and the consultant
the quality of the analysis). shall then negotiate the financial proposal
and the contract.
As the selection is based solely on the quality
of the proposal without consideration of the
cost, it is not often used for project-funded
procurement.
In summary, in preparing the evaluation criteria for QBS, the steps to be taken are:
In summary, in preparing the evaluation criteria for FBS, the steps to be taken are:
80 IFAD Procurement
Bidding documentsHandbook
When using LCS, the majority of steps in weighting between financial and technical
preparing the evaluation criteria are the same scores as the award is made purely on the
as with QCBS, the primary difference being lowest costs bid meeting the stated minimum
that there is no requirement to provide a technical threshold.
In summary, in preparing the evaluation criteria for LCS, the steps to be taken are:
82 IFAD Procurement
Bidding documentsHandbook
Deciding on selection methods for consultancy services
NO
Fixed
Is there a Can the budget
Cost YES NO budget
limited budget? be exceeded?
Is your priority: selection
A) Cost
B) quality
C) both NO Do you want: YES
A) to pay the lowest price possible
Both for the service, or
B) to have a balance between good
Module H:
quality and a reasonable price?
IFAD
Least
Quality Lowest possible price cost
Selection
Invitation
A balance
Procurement
Is cost going
to be a factor Quality & cost-
in your award YES based
decision? Selection
NO
Handbook
to bid documents
NO
Quality-
Re-confirm: there are no cost constraints
83
YES based
and quality is the only evaluation criteria
selection
1.6 The budget? 1.8 The type and conditions of the
If the method of selection is FBS, then disclosure of proposed contract
the budget is essential. It is widely considered good practice to provide
bidders with a template of the proposed contract
With other methods, the RFP generally shows either: and the contractual conditions (including
– An estimated number of key staff and input time, payment arrangements50 and timing) that they will
or be subject to in the event that they are awarded
– The estimated budget, a contract. This early disclosure of contractual
requirements has a number of benefits:
but usually not both since prescribing the
– it provides bidders with the opportunity to make
budget and the input days is essentially setting
a bid or no bid decision based on the full picture
the consultant’s daily fee rate and therefore can
of the procurement process;
potentially limit competition between bidders in
– by disclosing the contract template and
this area.
contractual conditions at the outset, there is
no argument later in the process that bidders
1.7 Any qualification criteria that will be
were not aware of contractual provisions or
applied
obligations (this is particularly relevant with
If no prequalification49 has been conducted, it respect to payment terms);
will be necessary to include any documentary – it speeds up the process from contract award to
evidence that bidders must provide to evidence their contract signing as the bidder has already seen
qualification to be considered for a contract. This and agreed, by virtue of submitting their bid, the
generally includes issues such as: format and general conditions of the contract.
– experience and past performance on similar
contracts; The different contract types used in consultancy
– capabilities with respect to being able to services are explained further in module I3.
complete the services;
– financial position (i.e. audited accounts or
statements of financial solvency from a bank);
– legal and/or tax status (i.e. copies of valid trading
licences or tax clearance documents);
– state minimum requirements to be met for
purposes of assessment.
84 IFAD Procurement
Bidding documentsHandbook
Contracting
Process
management
Contracting
Module I1: Contract types for goods
Purpose of this module:
This module provides general advice on the main contract types usually encountered for the procurement
of goods and when they are appropriate for use.
Applicability:
This module applies to procurement of goods only. Accompanying modules are available regarding
contract types for works and services procurement.
Module
ModuleH:
IFAD
I1:
Invitation
Contract
Procurement
totypes
bid documents
Handbook
for goods 85
Payment is often made separately for the goods 2. Summary
and the services elements and final payment
To summarize:
should only be made when the services have
been completed as per the contract.
Contract Use
The contract should contain all information as characteristics
per ‘supply only’ but also include: Contract is completed upon Supply only
– the dates for commencement of each delivery of the goods
element of service; Contract includes any of the Supply and service
– full price breakdown to reflect the separate services listed above
services;
– the responsibility of each party to provide
labour, equipment, utilities;
– the duration of the service and number of
contractor’s staff required;
– the costs of flights, living expenses,
insurance etc for the contractor’s staff;
– the documentary requirements to evidence
completion of each service (i.e. Installation
Completion Certificate);
– any relevant drawings and diagrams.
86 IFAD Procurement
Bidding
Contracting
documentsHandbook
Module I2: Contract types for works
Purpose of this module:
This module provides general advice on the main contract types usually encountered for the procurement
of works and when they are appropriate for use.
Applicability:
This module applies to procurement of works only. Accompanying modules are available regarding
contract types for goods and services procurement.
Module
Module
ModuleH:
IFAD
I1:
I2:
Invitation
Contract
Contract
Procurement
totypes
types
bid documents
Handbook
for
for goods
works 87
(ii) Bill of quantities (BOQs)/unit rate (UR) (iii) Cost-plus contracts
or ad/re-measurement contracts With cost-plus contracts, the employer agrees
Used for the majority of construction projects, to pay the cost of all labour and materials plus
these contracts are based on estimated an agreed amount to the contractor to cover
quantities of work items and agreed unit overheads and profit.
prices included in the contract document as
The fee could be a fixed percentage of the cost
a priced bill of quantities. Payment is based
of labour and materials (variable fee) or an
on measurements of work quantities executed
agreed fixed amount (fixed fee), irrespective
by applying the agreed unit rates. The final
of the final cost of labour and materials.
contract price is therefore dependent on
With a variable fee, the incentive paid to the
the total quantities of work carried out at
contractor increases with the cost of labour
completion.
and materials. It does, however, remain
In general, this contract is suitable for unaltered at a predetermined amount for a
construction projects where there are different fixed fee contract.
types of items that can be accurately identified
This type of contract is favoured where the
in the contract documents. It is not unusual to
scope of the work is indeterminate or highly
combine a BOQ contract for some parts of the
uncertain and the kinds of labour, materials
project with a lump-sum contract for aspects
and equipment needed are also uncertain. It is
(e.g. labour and materials on a unit rate basis
often found in circumstances of an emergency
and a lump-sum for management fee).
nature where speed is of the essence and
there is no time for a fully costed proposal
When to use Used for the majority of to be prepared. Under this type of contract,
construction projects where detailed and complete records must be kept
the design has not been
of all time, materials and equipment used
finalized at the tender stage
by the contractor on the works and there is
Advantages for the Equitable basis for bidding
Borrower/recipient a larger responsibility on the employer to
Facilitates bid comparison ensure that costs are monitored and claims
and evaluation
for payment are justified.
Adaptable to changes
Periodic payments follow When to use Open-ended emergency
contracts cash flow
situations (earthquakes
Normally little difference and flood disasters) – with
between bid price and final fixed fee
contract cost
High risk and uncertainty
Disadvantages Problems with unbalanced (tunnelling) – with variable
for the Borrower/ bids/unit rates fee (%)
recipient Advantages for the Early mobilization and rapid
Preparing and monitoring a
detailed BOQ contract can Borrower/recipient start
be time-consuming
Contractor assumes
little or no risk, therefore
contingencies are not paid
Disadvantages Inappropriate for competitive
for the Borrower/ bidding
recipient
With fixed fee, no incentive
for quality or timely work
With % fee, no incentive to
limit costs
Additional staff needed to
monitor costs
88 IFAD Procurement
Bidding
Contracting
documentsHandbook
(iv) Target cost (v) Supply and erect/install contracts
Essentially, a target cost contract is the same These contracts are a combination of goods
as a cost plus contract but with financial and works as they involve the supply and
incentives. With a target cost contract, the installation of materials by the contractor.
employer and contractor negotiate and agree Design and supervision is provided by the
on the final cost of the project - the ‘target cost’. employer or an agent acting on behalf of the
A fee is agreed to be paid to the contractor over employer.
and above the target cost.
When to use Usually only used for
As an incentive for economy, the contracting activities such as major
parties would also agree to share any savings bridges, public buildings,
or cost overruns in accordance with a pumping stations, pipelines
and transmission towers
predetermined ratio (i.e. 50/50, 60/40).
Advantages for the A part-goods, part-
This implies that payments due to the Borrower/recipient works contract with high
contractor on completion of a project at: equipment component
One contractor responsible
If the final contract then payments for the project, so less
is at ... to be made are ... contract management
the agreed target cost the target cost plus Lump-sum or combination
the agreed fee lump-sum/unit rate or BOQ
20% lower than the final cost plus Design and build/construct
target cost Allows for innovation and
the agreed fee plus
(i.e. 20% savings) explores latest concepts
Bonus of x% of the 20% in design and construction
savings techniques
20% higher than The final cost plus Disadvantages Very complex to evaluate
target cost for the Borrower/ due to variations in
Agreed fee minus
recipient equipment and lifecycle
(i.e 20% cost overrun)
Penalty of X% of the 20% costs between bidders
cost overrun
Usually comes with a high
degree of quantity and price
When to use For conditions of variation, which makes
high uncertainty and budgeting difficult
unquantifiable risk
When it is necessary to have
a cost plus contract but with
incentives
Advantages Savings or cost overruns
shared according to final
target cost
Risk shared by both
Employer and Contractor
Disadvantages Inappropriate for competitive
for the Borrower/ bidding
recipient
Additional staff needed to
monitor costs
Module
Module
ModuleH:
IFAD
I1:
I2:
Invitation
Contract
Contract
Procurement
totypes
types
bid documents
Handbook
for
for goods
works 89
(vi) Design and construct contracts (also (vii) Turnkey contracts
known as design and build) Turnkey contracts are similar to design
Under a design and construct contract, and construct in that the contractor
the contractor has an expanded scope of has responsibility for both design and
responsibility as they are responsible for both construction. However, the key difference is
the design and construction. that turnkey contracts are usually employed
in more complex situations where it is usually
These contracts are usually limited to simple
not feasible to formulate the full project scope
structures such as non-complex buildings,
and detailed specifications at the onset.
warehouses and small projects where there
is no justification for separate design and A two-stage tendering process is sometimes
construction processes. Mass-produced, employed for turnkey contracts. The first stage
prefabricated components to standard is to solicit for design concepts that aim to
dimensions are common. capture the vision of the employer for the
intended works based on initial thoughts and
When to use For relatively quick erection preliminary briefings. The request for proposals
where little time is available on the design concept may be issued to a pre-
for normal design and
qualified list of contractors. The concept that
tendering process by
employer best meets the employer’s vision is accepted
and detailed technical and financial proposals
Typically used for simple
requirements such as are then sought on the selected concept during
warehousing, campsites, the second stage of the tendering process.
storage facilities and office
blocks As the contractor is responsible for completion
Often used where client of the entire project, it is normally to see
does not have design turnkey contracts done on a lump-sum basis.
capability Depending on the duration of the contract,
Advantages for the Can be lump-sum possibly there may also be a price adjustment
Borrower/recipient provision to cover annual salary increases or
One contractor responsible
for the project, so less extreme fluctuations in market prices
contract management of materials.
Allows for innovation,
latest/new designs and
When to use Similar to design and
construction techniques
build but complexity is
A quick solution much higher (i.e. complex
industrial processing plants)
Disadvantages Inflexibility as most
for the Borrower/ components are fabricated Advantages for the The contractor is
recipient to standard dimensions/ Borrower/recipient responsible for the complete
designs working package for the
specific end product,
Contractor bears the therefore there is very
design risk so will charge a little time input from the
premium for this employer
Employer often needs to Disadvantages Very expensive as
check design calculations or for the Borrower/ contractor is taking all risks
employ consultant recipient
Will often have price
Difficult to evaluate on a like- adjustment formulae, which
for-like basis makes budgeting difficult
90 IFAD Procurement
Bidding
Contracting
documentsHandbook
(viii) Management or PPP contracts (ix) Framework contracts
Management or public-private-partnerships Framework (or ‘call-off’) contracts can provide
(PPP) contracts are essentially concessionary an efficient, cost-effective and flexible means
turnkey contracts including financing by an to procure goods, works or services that are
investor when the owner has limited budget required continuously or repeatedly over a set
or borrowing capacity. Some of the common period of time.
management or PPP contracts are defined
Framework contracts are particularly useful for
below.
small-scale works that are readily available from
– BOT – Build, Operate and Transfer
the local supply market. Although there are no
– BOO – Build, Operate and Own
set rules for the use of framework contracts, it is
– BOOT – Build, Operate, Own and Transfer
generally considered that if there is a high level
– DBOM – Design, Build, Operate and
of cumulative annual expenditure, or if there
Maintain (usually referred to as DBO)
are more than 10-15 separate procurement
– DBMF – Design, Build, Maintain and
processes initiated in a year for a grouping of
Finance
similar activities, then a framework contract
– DBOMF – Design, Build, Operate, Maintain
should be considered.
and Finance
– BOLT – Build, Operate, Lease and Transfer The objective of framework contracts is
to minimize the cost and effort wasted
There are a number of elements that require
in preparation of multiple similar small
careful consideration when considering this
procurement processes by agreeing on fixed
type of contract, including:
prices with a supplier for a set period of time.
– Project should be economically viable for
The aggregation of requirements will result in
the public sector
greater price competition among providers to
– Project should be financially viable for the
win the right to supply all requirements for the
private sector
subject of the framework contract.
– Appropriate balance of risk and reward
between the public and private sectors Routine refurbishment, repair and/or
– Public sector must achieve value for money. maintenance of offices and grounds are
examples of the types of works that may
The proposed tariff (revenue to investor) is a
be efficiently purchased under a
major consideration in bid evaluation.
framework contract.
When to use For revenue-generating
projects (toll roads, power,
water, transport, health
and education)
Advantages for the Comes with financing so
Borrower/recipient relatively cheap in terms of
budget outlay
Bringing in resources and
expertise from the private
sector
Improved value for money
in the procurement of public
services through competition
Improved operational and
commercial performance
Cost and risk borne
by investor
Disadvantages Needs careful planning
for the Borrower/ and review
recipient
Overall price is high because
contractor takes the majority
of the risk
Can be very risky if the
expected revenues are
not met
Module
Module
ModuleH:
IFAD
I1:
I2:
Invitation
Contract
Contract
Procurement
totypes
types
bid documents
Handbook
for
for goods
works 91
Module I3: Contract types
for consultants
Purpose of this module:
This module provides general advice on the main contract types usually encountered for the procurement
of consultants and when they are appropriate for use.
Applicability:
This module applies to procurement of consultants only. Accompanying modules are available regarding
contract types for goods and works procurement.
1. General considerations
When to use Relatively simple and well-
Just as there are a number of different methods of defined assignments, or
procurement and selection, there are also a number assignments where there
are no external factors that
of different types of contract that can be used could influence the outcome
depending on the procurement being undertaken. and are therefore outside of
the consultant’s control.
The main considerations as to which contract type Advantages for the The contract price is fixed
to use are: Borrower/recipient and includes professional
– the nature and degree of definition of the fees and expenses
contract; and Cost risk is transferred to
– the distribution of risk between the contracting the contractor/consultant
therefore any cost overruns
parties. are not charged to the
customer
A third, but less critical, consideration is the level of
There are no reimbursable
supervision the Borrower/recipient may be able to elements to consider
undertake.
Disadvantages High risk to contractors,
for the Borrower/ leading to higher prices
2. Main contract types recipient
Any savings in terms of fees
There are essentially only two main variations on or expenses are not passed
on to the customer
contract types for consultants:
92 IFAD Procurement
Bidding
Contracting
documentsHandbook
(ii) Time-based As with any contract, the time that payments
are made will depend on the specific nature of
A time-based contract is one where the
the contract itself, its duration, the workplan
consultant provides services based on a
and deliverables; however, it is normal for
pre-agreed unit rate (i.e. per hour, per day)
this type of contract to have a small advance
and charges for time spent in executing the
payment (up to a maximum of 10 per cent
assignment. Actual expenses are also charged to
is usually recommended) secured by a
the Borrower/recipient on a reimbursable basis
guarantee,53 followed by staged payments,
against a pre-agreed budget estimate. This type
which are triggered on either:
of contract must include a maximum amount
– the expiry of a lapsed time (i.e. monthly,
of total payments (the contract ceiling) to be
quarterly);
made to the consultants, which may or may not
– the completion of a specific task; or
include a contingency allowance.
– the presentation/acceptance54 or a specific
deliverable.
When to use Widely used for complex
studies, supervision of
construction, technical 3. Other contract types
advisory services and
training assignments A number of other types of contract are available,
but are rarely used under IFAD-financed projects.
Used when the nature
and scope of the services For the sake of completeness however, they are very
cannot be established with briefly described below:
sufficient precision or where
the duration and amount
of inputs are subject to
(i) Framework contracts
variables outside of the Framework (or ‘call-off’) contracts can provide
consultant’s control an efficient, cost-effective and flexible means to
Advantages for the Lower unit prices as the procure services that are required continuously
Borrower/recipient consultant is taking less or repeatedly over a set period of time.
cost risk
Any cost savings are passed Framework contracts are particularly useful for
on to the Borrower/recipient small-scale services that are readily available
Disadvantages Cost risk is with the from the local supply market. Although there
for the Borrower/ Borrower/recipient are no set rules for the use of framework
recipient contracts, it is generally considered that if
Needs to be closely
monitored and administered there is a high level of cumulative annual
to ensure that the expenditure, or if there are more than 10-15
assignment is progressing
satisfactorily, and payments separate procurement processes initiated in a
claimed by the consultants year for a grouping of similar activities, then a
are appropriate framework contract should be considered.
53 See module J.
54 Whether payment is made against presentation or client acceptance of a deliverable (i.e. report) is open to negotiation
(see module M2). Contractors will generally prefer payment to be triggered upon presentation of an output as this is within their
influence and it eliminates the risk of payments being delayed due to a lack of expressed acceptance by the client, whereas
buyers will insist that the deliverable should be accepted prior to payment being made so as to ensure that the deliverable
meets their requirements. It is usual to reach a compromise position whereby if a deliverable has been presented and no
comments have been received from the customer within a certain time period, payment is triggered.
Module
Module
Module
I3: Contract
H:
IFAD
I1:
Invitation
Contract
Procurement
types
totypes
bid
for consultants
documents
Handbook
for goods 93
(ii) Retainer and/or contingency (success) (iv) Indefinite delivery contract (price
fee contract agreement)
Retainer and contingency fee contracts are These contracts are used when there is a need
frequently used when consultants (banks or for ‘on call’ specialized services to provide
financial firms) are undertaking specialist advice or services, the extent and timing of
financial activities such as preparing companies which cannot be defined in advance.
for sale, in mergers of firms, or in privatization
These are commonly used to retain ‘advisers’
operations.
for implementation of complex projects, expert
The remuneration of the consultant includes adjudicators for dispute resolution panels,
a retainer and a success fee, the latter being institutional reforms, procurement advice,
normally expressed as a percentage of the sale technical troubleshooting, etc. normally for a
price of the assets. period of a year or more.
The procuring entity and the firm agree on
(iv) Percentage contract
the unit rates to be paid, and payments are
These contracts are commonly used for made on the basis of the time and resources
architectural services but may be also used in actually used.
similar circumstances such as for procurement
and inspection agents.
Percentage contracts directly relate the fees paid
to the consultant to the estimated or actual
project construction cost, or the cost of the
goods procured or inspected.
Contracts are negotiated on the basis of
market standards for the services and/or
estimated staff-month costs for the services, or
competitively bid.
In the case of architectural or engineering
services, percentage contracts lack any incentive
for economic design or performance. The use
of a percentage contract format for architectural
services is only recommended if based on
a fixed target cost and covers precisely
defined services.
94 IFAD Procurement
Bidding
Contracting
documentsHandbook
Module J: Payment terms, securities,
retentions and guarantees
Purpose of this module:
This module provides an explanation of the different types of payment terms and methods and also
describes the various types of securities that are often used in procurement.
Applicability:
As all contracts require payment, section 1 of this module applies to all contracts placed. Not all contracts
require securities and guarantees however, so section 2 will only apply where such instruments are
necessary.
Such false promises only serve to create difficulties As a general guide, goods that are purchased ‘off-the-
during implementation when payment is made later shelf’ though a trader or dealer should not usually
than stated in the contract as this can lead to loss require an advance payment. The supplier will not
of reputation, increased pricing for future contracts, have excessive up-front costs to bear and may even
claims for interest or in, the most extreme cases, have credit terms on the goods, which means they
legal contractual remedies. will not have actually made any cash outlay at the
time of supply to you.
When can payments be claimed?
It is not always the case that 100 per cent of payment Advance payments should never be used to cover the
is made at the end of the contract. In fact, it is often normal costs of doing business or ‘tools of the trade’ – you
only in the most simple of supply contracts that this would not give a carpenter an advance payment for him
is the case. to buy a new hammer.
Payments may be made either: It is often seen that advance payments are shown
– 100 per cent on completion of the contract; as a percentage figure of the total contract price.
– At time-defined stages of the contract; Whilst showing the figure as a percentage is not
– Based on agreed percentage amounts or actual entirely wrong, it is clearer within a contract to show
amounts as detailed in the contract; precise amounts to be paid instead. This is because,
– On completion of events, milestones, deliveries if the figure is based on a percentage and the
or deliverables; component of the contract on which that percentage
is calculated increases, then the value of the advance
Advance payments also increases, even though an increase in the
advance may not be justified.
These are very popular with suppliers and
contractors and are made at the start of a contract If the figure to be paid is shown as a percentage, it is
before any goods have been supplied or work or also not always appropriate to base that percentage
services undertaken. on the total contract price: instead it should be
calculated as a percentage of the component part of
They are a standard component of many tender
the contract in question.
processes and are often the subject of negotiation
prior to contract signature. Suppliers, contractors
and consultants will often request an advance
payment for the following reasons:
– for goods: to cover cost of production materials,
– for works: to cover costs of hire and or
procurement of specialist plant/equipment,
– for services: to cover costs of mobilization
(flights, visas),
96 IFAD Procurement
Bidding
Contracting
documentsHandbook
Example: There are generally two types of retention:
A total contract price (TCP) for a piece of Warranty/guarantee: where the retention is linked to
equipment is US$20,000 for delivery in six the expiry of the warranty/guarantee/defects liability
months. This is made up of: period of the items procured. The amount of the
– equipment US$15,000 retention normally varies between 2.5 and 10 per
– shipping costs US$5,000 cent of the amount of the items.
The contractor requests a 10 per cent
Final acceptance: This is where provisional acceptance
advance payment to cover some initial
has been made subject to final handover, installation
production costs, which is agreed by the
or start-up of the items being procured. It is more
procurer. The contractor asks for 10 per cent
common in works procurement.
of the TPV = US$2,000.
Although US$2,000 is 10 per cent of the TCP, Price adjustment provisions
it is 13.3 per cent of the cost of the equipment. These are only allowed if expressly provided for in
As the equipment cost is the only component the contract or in any legislation and should only
of the contract to which the advance should be used to take account of changes in ‘economic
apply to, this is therefore incorrect. circumstances’. Frequently, these provisions apply
The correct amount of the advance for initial to contracts for the employment of consultants that
production costs should be 10 per cent of extend over more than a single year or for works
US$15,000 (i.e. US$1,500). contracts where raw materials prices are subject to
annual increases.
By agreeing to 10 per cent of the TCP,
the customer would have been paying an Changes in price shall be subject to approval by
advance on the shipping costs as well, which the purchaser or in the case of works contracts to
is not justified. the approval of the ‘engineer’. However, in many
countries approval must be obtained at a senior level
Any advance payments must always be secured
within the appropriate ministry.
by a guarantee, issued by a financial institution
prior to payment (see below). Making advance Arrangement for adjustment must be clearly detailed
payments without a security in place represents a in the contract with the methodology and formula
significant financial risk to the purchaser and is not clearly laid out. The methodology normally employs
recommended. the utilization of inflation statistics issued by the
central government’s statistical authority.
Once paid, an advance payment can be recovered
in instalments or be amortized over a period of It is normally more economical to use a price
time between six and twelve months. The period is adjustment methodology than to pay a premium to
normally agreed on during contract negotiations. the contractor/consultant to take on all the risks of
any increase in costs, although an upper limit to any
Retentions adjustment should be specified in the contract.
Retentions are the opposite of advance payments
where a specific percentage or lump-sum is retained
by the procuring entity pending an action or event
such as:
– Deducted from progress payments
– Set aside from the payment schedule
When talking of bonds the terminology used refers 2.2 General principles
to ‘forms’ and ‘types’.
The format and wording of the bond/guarantee
The two forms of bond are: should be as per the draft provided in the tender
document. If a national procurement system does
Default bonds (or conditional bonds). These place the not have its own format and wording, templates are
onus on the procurement entity to prove the default available from financial institutions and donors.
of the contractor and associated loss. Payment is to
the amount of the buyer’s actual loss up to the value The guarantor must be reputable and acceptable to
of the bond or guarantee. the procuring entity. Some countries demand that it
is confirmed by a ‘local’ financial institution.
On-demand guarantees. These are payable ‘on-
demand’ at any time for their full amount, The amount, currency and duration/validity must
irrespective of the extent of the buyer’s loss.They be correct. The expiry date should be at least one
can therefore be called whether or not the exporter month after the anticipated expiration of the event
has fulfilled his contractual obligations. However, or period so as to allow for sufficient time for
the procuring entity can be subject to a legal claims to be made. Any amendment to the contract
counterclaim should the guarantee be claimed completion date requires a parallel extension to
inappropriately. the bond.
The main types of bond and guarantee are: Bid bonds and performance bonds are generally not
recommended for consultancy services. Bid bonds are
Bid bond (or ‘bid security) contentious because where negotiations fail, the
This provides the procuring entity with protection reasons for failure may be complex and attributable
against the cost of going out to bid again if the in equal amounts to the procuring entity and the
winning bidder does not enter into the contract contractor. The use of performance bonds for
awarded to him, or fails to provide any further consultancy contracts is difficult as an assessment
bonds required under the contract. of performance is a very subjective process and
can result in legal challenge where it is difficult to
It ensures that the bid is serious and complies with prove that the performance of the consultant is the
the bid requirements. sole reason for poor performance. International
consultants may not bid for work where
Bid bonds are returned to the successful bidder and performance bonds are required because of the risks
all other bidders upon contract effectiveness. involved, thus reducing competition in the market.
Advance payment guarantee All bonds cost the supplier money as they are
This is used to secure any advance payment made required to pay a fee to the surety for the bond.
to the contractor. Payment is not made until The costs are generally worked out by the surety
the guarantee is received and the amount of the on a quarterly basis and often charged as a
guarantee is always equal to the amount of money percentage of the bond value. While they are
to be paid. Ideally, it should reduce as work is not extreme in terms of cost, they are a financial
performed and the advance payment is ‘earned’. commitment from the supplier and therefore they
may seek to recoup this cost by charging slightly
higher rates.
98 IFAD Procurement
Bidding
Contracting
documentsHandbook
2.3. Managing bonds and guarantees
There are three things that can happen to a bond:
– Extended: Possible reasons to extend a bond
are if :
a) A contract award has been delayed (bid bond
only). In this instance all bidders should
be asked to extend their bond for a
specified period
b) An amendment of the contractual delivery /
completion date. Request the contractor to
extend the bond for a period that coincides
with the new date.
– Returned: Reasons to return a bond are:
a) The contract has been awarded to another
bidder (bid bond only)
b) The tasks covered by the bond/guarantee have
been performed satisfactorily
c) The warranty period has expired
d) The value of payment has been recovered
(advance payment guarantee only).
– Invoked (or ‘called’): Reasons to invoke (or
‘call’) a bond are:
a) The contractor has withdrawn from the bid
(bid bond only)
b) The contractor has defaulted on the contract;
c) The contractor has failed to honour the
warranty/defect liability;
d) The contractor has refused a valid request
to extend the security (does not apply to
bid bonds).
Applicability:
This module is applicable where guidance is required on the subject areas covered and no other sources
of reference are available. Where a national procurement system is being used that contains accepted
provisions for these topics, then those instructions should be used instead.
Module
Module
K1: The
H:
IFAD
Invitation
issue
Procurement
of bidding
to bid documents
Handbook 101
3. The process for open bidding 4. The process for restricted bidding
1. Arrange publication of the advertisement 1. Where documents are being issued to bidders
(open competitive bidding only). This can on a shortlist or pre-qualified list, the
be via the United Nations website documents must be dispatched to all bidders
‘Development Business’, as well as in local, at the same time.
regional and international newspapers.
2. A record must be kept of the issue of documents.
2. Bidders may request to preview the documents
prior to purchase. If preview is going to be
permitted, arrangements must be put in place
to permit this, including stating the address and
time for preview in the published notice.
3. Documents must be dispatched promptly to
those who respond to any notice. If documents
are being sold, they must be dispatched
immediately on receipt of the request or
payment of the fee, whichever is later.
4. Any fees received must be fully accounted for
and deposited into a designated account.
5. A register must be kept of all bidders issued with
a document. This will be used to contact bidders
in the event that a bid clarification or extension
needs to be issued. The register must contain the
following minimum information:
– the name and reference number of the
bid document along with the date it was
available for purchase and the closing date
of the document;
– the reference assigned to each bidder that
buys the document;
– the name, address and contact details of the
purchaser (telephone, mobile telephone,
facsimile and email address).
6. In all cases, bidders must be required to confirm
receipt of the document.
102 IFADprocess
Bidding
Bid Procurement
documentsHandbook
Module K2: Pre-bid conferences and
site visits
Purpose of this module:
To provide information to the Borrower/recipient and IFAD staff on when, why and how to use pre-bid
conferences and site visits as a tool during the bidding process.
Applicability:
This module is applicable where guidance is required on the subject areas covered and no other sources
of reference are available. Where a national procurement system is being used that contains accepted
provisions for these topics, then those instructions should be used instead.
Module
Module
K2:
Module
K1:
Pre-bid
The
H:
IFAD
Invitation
issue
conferences
Procurement
of bidding
to bid
and
documents
Handbook
site visits 103
A transparent selection process increases the 2.2 Actions required following completion
quality of competition by creating an environment of the pre-bid conference
of trust between the parties involved, reducing
1. The procurement entity will need to prepare
perceived and actual business risks for consultants,
authorized minutes of the proceeding,s which
and minimizing the occurrence of complaints
will be sent to all organizations that have been
and claims. Transparency dispels the suspicion of
issued with a copy of the document.
discretion and unfairness in the selection process.
2. The procurement entity will have to determine
2.1 Notes for pre-bid conferences whether it is necessary to issue a formal bid
1. The decision to hold a pre-bid conference should clarification in addition to the minutes.
be included in the bidding document along with 3. The procuring entity must determine whether
the address of the venue and the date and time. it is necessary to amend the tender closing date
2. They should be held early during the invitation as a consequence of the bid clarifications. The
period, to allow bidders time to take the decision to extend the closing date should be
information into account in preparing made quickly. It will save time and work if it is
their tenders. issued with the bid clarification.
104 IFADprocess
Bidding
Bid Procurement
documentsHandbook
Module K3: Bidder clarifications,
modifications and cancellations
Purpose of this module:
To provide information to the Borrower/recipient and IFAD staff on general practices to be followed during
the bidding process when faced with the need to clarify, modify or cancel a bid.
Applicability:
This module is applicable where guidance is required on the subject areas covered and no other sources
of reference are available. Where a national procurement system is being used that contains accepted
provisions for these topics, then those instructions should be used instead.
These refer to clarification requests from bidders 5. Retain a copy of the bid file.
relating to any aspect of the bid and may originate
from a pre-bid conference or from a written The following considerations should be taken into
communication from a bidder. The procurement account when preparing the response:
entity must not prepare or issue a clarification in 1. Does the clarification require any modifications
response to a verbal request from a bidder. to the specification or terms of the bidding
document?
A deadline for submitting a request for clarification
will normally be stated in the bidding document 2. Does the response necessitate bidders
and requests after this date should be rejected, undertake additional work, or making extensive
unless the procuring entity determines that it will modifications to their bids which cannot
detrimentally affect the bidding process. In this reasonably be completed by the submission
situation it may be necessary to extend the closing date? If so, consider extending the closing date
date of the bid. for submission of bid.
106 IFADprocess
Bidding
Bid Procurement
documentsHandbook
When cancelling a bidding process after bid issue
but before bid opening, the procuring entity must:
– notify all bidders who have purchased or
received bidding documents of the cancellation;
– refund all fees received from the sale of bidding
documents (if applicable);
– any bids already received must be returned
unopened;
– notify IFAD plus all departments, units and
committees involved in the bidding process.
Applicability:
This module is applicable where guidance is required on the subject areas covered and no other sources
of reference are available. Where a national procurement system is being used that contains accepted
provisions for these topics, then those instructions should be used instead.
108 IFADprocess
Bidding
Bid Procurement
documentsHandbook
(vi) Ensure that staff have been nominated to (ii) A copy of the receipt is retained by the
manage the tender closing and that they know procuring entity and the details should be
the date, time and location of the closing; entered onto a record of receipts document
(sample attached at the end of this module).
(vii) The tender box opening must be sealed closed
The record of receipts document is then handed
at the precise date and time of deadline for
to the chairman of the bid opening team when
submission. The sealing or the closing of the
the bids are handed over for the bid opening so
tender box should be in such a manner to
as to verify all bids have been accounted for. It
prevent anyone depositing a late tender;
can also be used as an annex to the evaluation
(viii) Any bids received late to be immediately report;
marked with the time and date of receipt and
(iii) The nominated official(s) should manage the
stamped or marked ‘Received late – Not to
bid closing and must be at the location for
be Opened’;
tender receipt before the time of bid closing.
(ix) It is recommended that the chairman of the For practical purposes, it is recommended
bid opening team (see module K5) is present that all staff involved in the closing are at the
at the precise time of closing to verify the time location to assist at least 60 minutes prior to
and ensure that no late tenders are accepted. the closing. (Many tenders will be delivered
Equally, it is important that the official closing within the closing hour of the tendering period
the tender box, closes it at the correct time - not and it is not unusual for a queue to develop
early and not late; over the final 15 minutes prior to closing);
(x) Take the sealed tender box, along with any (iv) All bids must be transferred to the bid opening
tenders or other items that were too large for venue in time for opening.
the tender box, to the location for the bid
opening and deliver it into the custody of the
bid opening team for the opening. The tender
box must not be opened or left unsupervised
between the bid closing and the bid opening.
Module
Module
K1: The
H:
IFAD
Invitation
issue
Module
Procurement
of K4:
bidding
to Receipt
bid documents
Handbook
of bids 109
Sample record of receipts: Tender documents or samples
Name and address of Time and Number of Receipt Contents Condition Name and
supplier/consultant date of packages serial no. (if known) (damaged/ signature of
package received from receipt received (documents/ undamaged, receiver
(spell month) samples) sealed/
unsealed)
110 IFADprocess
Bidding
Bid Procurement
documentsHandbook
Module K5: Bid opening
Purpose of this module:
To provide information to the Borrower/recipient and IFAD staff on acceptable processes for bid opening.
Applicability:
This module is applicable where guidance is required on the subject areas covered and no other sources
of reference are available. Where a national procurement system is being used that contains accepted
provisions for these topics, then those instructions should be used instead. Where ICB is the method of
procurement, then the World Bank procedures, as set forth in their guidelines, will apply instead.
Module
Module
K1: The
H:
IFAD
Invitation
issue
Module
Procurement
of bidding
toK5:
bidBid
documents
Handbook
opening 111
3. The bid opening ceremony The committee chairperson will formally open
proceedings, introducing the members of the
3.1 Preparations for opening committee and their role in proceedings along
It is necessary to prepare the room prior to the bid with details of how the opening will be conducted.
opening time. Staff must ensure that appropriate Bidders’ representatives should be reminded that
resources, both physical and human, are available to they are not to interrupt proceedings.
manage the tender opening efficiently.
The next steps are:
(i) Physical resources for an efficient bid opening
include: 1. Check that the bids are marked for the correct
– a room that is accessible to bidders, bid opening.
arranged so that bidders’ representatives 2. Check for any withdrawals and confirm that such
are seated at a short distance from the table withdrawal is authentic.
where the opening is to be conducted. It is
important that bidders witness, rather than 3. Check that bid packaging shows no sign of
participate in, the bid opening procedure; tampering. If there is damage, then this must be
– office materials (i.e. scissors, marker pens) stated and included in the minutes.
for opening and marking of tenders; 4. Open each bid one by one. The following details
– a copy of the bidding document, in case for each bid will be read out:
there is a need to refer to the invitation
(i) Name and domicile of the bidder, including
instructions or other details;
the names of all parties to a joint venture,
– blank forms for recording tender details;
consortium or association;
– blank attendance records and pens, for all
bidders and other attendees to sign their (ii) Confirmation that the bid is or appears to
attendance; be complete;
– access to photocopying facilities for
(iii) Any initial observations regarding the
distributing copies of the tender opening
responsiveness of the bid. This would
record will also be required.
include:
(ii) Human resources should be sufficient to – Was the bid delivered late?
ensure that the opening proceeds efficiently. – Was the bid sealed?
– the bid opening team/committee should – Was the bid signed correctly?
comprise a minimum of three members. – Were the correct number of copies
It may include members of the designated included?
evaluation committee, although, where – If required, was a correct bid security
possible it is preferred that the identity of included along with other required
the evaluation committee is unknown by documentation?
bidders; – If required, were any required samples
– in addition to the committee, there should included with the bid?
be some administrative staff present – If using a two-envelope system, is there a
to record all the information read out, sealed envelope containing the financial
repack bids into their original packaging proposal (note that the financial
and ensure that the attendance record is envelope must remain unopened);
completed.
(iv) If using a single-envelope process, the
currency of the bid and total bid price;
3.2 The bid opening procedure
All bidders’ representatives wishing to be present (v) No additional information should normally
must sign a register, detailing their name and the be read out unless expressly provided for in
name and address of the company they represent. the bidding document.
In some instances, bidders’ representatives may be 5. Assign a unique reference number to each bid
required to provide a power of attorney confirming and write it on each copy of the bid document.
their status as the bidder’s representative before
6. All copies of the bid are signed by all members
they are admitted.
of the opening committee.
112 IFADprocess
Bidding
Bid Procurement
documentsHandbook
7. The chairperson may open the meeting Although most of the other steps to be followed are
to questions from bidders but this is not generally as per the processes above, there are some
compulsory. If this is done, responses given subtle differences. The process is shown below:
should normally be restricted to information
1. The chairperson should welcome bidders to the
which is included in the bidding document.
financial opening and request them all to sign
The committee must take care not to answer
the record of attendance.
questions regarding the acceptance or rejection
of proposals, or to discuss the specific details 2. The chairperson briefly explains the procedure
of any proposal or price. A standard response that will be followed, which is normally:
of ‘that will be decided by the evaluation 2.1 Reading out technical scores;
committee’ may be given to such questions.
2.2 Opening of financial proposals;
8. The chairperson should close the tender opening
meeting, reminding bidders that they must not 2.3 Reading out and recording of financial
seek to influence the evaluation process and that information by the procuring entity;
the successful proposal will be published in due 2.4 Opportunity for bidders to ask questions;
course.
2.5 Closing of meeting; and
9. Copies of the bid opening record should be
2.6 Removal of financial proposals for safe-
distributed to bidders. The original record should
keeping and evaluation.
be added to the procurement file.
3. Read out the names and technical scores of all
10. All proposals should be immediately taken
bidders whose proposals are proceeding to the
to a place of safekeeping until the evaluation
financial evaluation. The bid opening committee
committee is ready to meet and commence
must not discuss the technical scores or the
its work.
results of the technical evaluation in any way.
11. Where tender openings for more than one
4. Check that the bids are marked for the correct
procurement process are conducted at the same
bid opening, if there are any withdrawals and
time, they must be conducted consecutively,
confirm that such withdrawals are authentic.
with one opening completed, recorded and
proposals removed before the next opening 5. Check that the financial envelope shows no sign
commences. of tampering. If there is damage, then this must
be stated and included in the minutes.
3.3 Additional guidance for opening of
6. Open each bid one by one. The following details
financial proposals in a two-envelope
for each bid will be read out:
system
Where a two-envelope system is in use, financial (i) Name and domicile of the bidder, including
proposals are opened only after the completion the names of all parties to a joint venture,
and approval/no-objection of the technical consortium or association.
evaluation. (ii) The number of copies of the financial
proposal received.
The first step is to ensure that all bidders whose
proposals are proceeding to the financial opening (iii) The currency and total price of the financial
have been notified of the time, date and location proposal. The bid opening committee must
for the opening, in sufficient time57 prior to the not make any comments regarding the
opening. prices or the financial evaluation.
(iv) No additional information should normally
be read out unless expressly provided for in
the bidding document.
57 A minimum of a week is usually recommended to ensure that bidders can make arrangements to attend. Unless all
bidders are very closely located to the opening locations, any less that one week’s notice period is likely to be unfavourable to
some bidders and therefore risks compromising the principle of fairness.
Module
Module
K1: The
H:
IFAD
Invitation
issue
Module
Procurement
of bidding
toK5:
bidBid
documents
Handbook
opening 113
7. When all relevant financial proposals time 4. The main rules of any bid
have been opened, read out, and recorded opening are:
and signed by all members of the opening
1. Be well organized.
committee, the chairperson may allow
tenderers to ask questions. 2. Late bids must be rejected.
8. The chairperson should close the tender opening 3. Once started, the bid opening should not be
meeting, reminding tenderers that they must not halted or postponed once the process begins for
seek to influence the financial evaluation and purposes of transparency.
that the successful proposal will be published in
4. Also for purposes of transparency, all work in
due course.
relation to bid opening for a particular piece of
9. Copies of the tender opening record should be procurement must be concluded in one session.
distributed to bidders. The original record should
5. No bidder shall make an unsolicited
be added to the procurement file.
communication during the bid opening process.
10. All financial proposals should be immediately
6. No bidder shall be allowed to interfere with the
taken to a place of safekeeping, until the
bid opening process, the bid opening committee
evaluation committee is ready to meet.
or the evaluation committee.
11. Where tender openings for more than one
7. Any objections by a bidder to the procedures
procurement process are conducted at the same
or decisions of the bid opening should be
time, they must be conducted consecutively, with
made in writing to the official designated in the
one opening completed, recorded and proposals
appropriate complaints procedures.
removed, before the next opening commences.
3.4 Minutes of the bid opening 5. Templates for bid opening records
The minutes are prepared by the bid opening The following pages provide some useful generic
committee based on the information recorded templates for:
during the ceremony. Given the use of modern – bid opening records (for one and two-envelope
computer equipment and software, some methods); and
organizations now issue the minutes of the bid – attendance sheets.
opening to bidders’ representatives immediately
after the closure of the meeting. They must also be
forwarded to the contact address of each bidder.
114 IFADprocess
Bidding
Bid Procurement
documentsHandbook
Tender opening record (one-envelope method only) Page No: of
Module
7
Module H:
K1: The
IFAD
Signed:
issue
…………………………………………. ………………………......................……… ……………………………………..
Invitation
Module
Chairperson of the tender opening Name of chairperson Date
115 toK5:
of bidding
Procurement
bidBid
Handbook
opening
documents
Bid opening record (two-envelope method – technical proposals only) Page No: of
116
Procurement reference number: Time and date of opening:
Bid
Serial Name and brief Number of Bid Withdrawals or Sealed financial Noted discrepancies Noted discrepancies
address of bidder copies of security? modifications proposal
Bidding
(or joint venture, technical Value? received?
consortium or proposals
IFADprocess
association)
Procurement
2
documentsHandbook
3
Signed:
Module
6
Module
7
H:
K1: The
IFAD
issue
Signed:
Invitation
Module
…………………………………………. ………………………......................……… ……………………………………..
toK5:
of bidding
Chairperson of the tender opening Name of chairperson Date
117 Procurement
bidBid
Handbook
opening
documents
Attendance record Page No: of
118 IFADprocess
Bidding
Bid Procurement
documentsHandbook
Evaluation
Bid
Process
management
Bid Evaluation
Module L1: Evaluation committees58
and general evaluation rules
Purpose of this module:
This module sets out general good practice for evaluation by committee.
The purpose of evaluation is to objectively assess and compare all tenders received, in accordance with
the predefined methodologies, to determine the successful bidder to be awarded a contract. A well-
conducted evaluation should ensure that:
– competition is fair and that all bidders have an equal opportunity of winning contracts;
– the goods, works or non-consulting services purchased under the contract are of appropriate quality;
and
– the procuring entity gets the best possible value for money.
The appointment of a committee for the purposes of evaluation is common practice and is considered to
have a number of advantages over the award of contracts being the decision of an individual. Some of
these advantages include:
– a wider degree of accountability among a group;
– a more transparent approach;
– potentially a lesser degree of undue influence being brought to bear on a committee than an individual.
Applicability:
It is expected that most national procurement systems will have some type of provision for evaluation
by committee. Where a national system is being used for purposes of evaluation, then those provisions
should apply. Where they do not exist within the national procedures, then this module provides some
generic advice on the subject. Where ICB is the method of procurement, then the World Bank procedures,
as set forth in their guidelines, will apply instead.
59 See module J.
60 Or controlling officer.
120 IFADevaluation
Overview
Bid Procurement Handbook
When Positive aspects Negative aspects
During the preparation of The members can be proactively selected and It can be argued that the committee is not then
the bidding document so committee is fully conversant with the criteria fully independent and segregation of duties is
the committee can input and why it was chosen. This alleviates any compromised.
to the evaluation criteria disagreements or misunderstandings during There is also often a concern that the earlier a
evaluation between the committee and the committee is appointed, the more opportunity
authors of the bidding document. there is for manipulation/lobbying of its members.
The bid closing can be set for when the
committee is available.
When the bidding The members can be proactively selected Although they are now independent of the
document is submitted for and bid closing can be set for when the full bidding document construction, there is a
internal approval or IFAD committee is available. This also gives the risk that the committee will disagree with the
no-objection committee sufficient notice to familiarize evaluation criteria set in the bidding document or
themselves with the bidding documents, not understand its intentions.
requirements and criteria. The second concern expressed above also still
The composition of the committee can be applies.
reviewed and considered as part of the
submission.
Immediately after the The members can be proactively selected and
bidding document has the committee has sufficient notice to familiarize
been issued themselves with the bidding documents,
requirements and criteria.
Just before bid closing There is minimal opportunity for lobbying of It is usually a case of who is available to sit as
committee members if they are not known until opposed to who is best placed/more qualified to.
the last moment. There is no time for the committee to familiarize
themselves with the bidding documents,
requirements and criteria.
So, as can be seen from the table above, there is no 2.4 The work of the committee
single solution to this issue. In terms of being most Before the evaluation process commences, the
proactive in committee selection, involvement and members of the evaluation committee should
preparation time, it is favourable to appoint the initially meet to review the evaluation methodology
committee as early as possible, this does, however, and criteria specified in the invitation document and
increase the risk of potential ‘interference’ of ensure that it is fully understood by all evaluators.
committee members.
The evaluation of bids is then a sequential process
In practice, the decision should be made on a case- consisting of:
by-case basis, taking into account the complexity
and value of the procurement and a balanced (i) Preliminary examination, to eliminate tenders
assessment of any potential risk associated with that do not meet the basic requirements of the
the decision, as indicated above. For example, how invitation document and bidders who do not
great is the risk of potential manipulation of the meet mandatory eligibility requirements.
committee if the procurement value is low? If a See modules L2 and L6 for an explanation
procurement is highly specialized, and technical of the responsiveness and preliminary
input is required to the committee, then can you risk examination.
not having an appropriate specialist appointed to
the committee?
122 IFADevaluation
Overview
Bid Procurement Handbook
When reviewing an evaluation report as part of its 2.6 Other general provisions
supervision process, IFAD will consider:
– An evaluation committee meeting should not
– the presence of the above information;
normally be held unless all members of the
– whether there is consensus in the evaluation
evaluation committee are present unless it is not
panel;
possible or practical for all members to meet;
– whether the evaluation was conducted using
– Where a member is absent from a meeting of
only the stated criteria;
the evaluation committee, he or she shall be
– if evaluation was undertaken using merit points,
informed of the proceedings and decisions of
was this done accurately and consistently?
the meeting. If the absent member disagrees
– the suitability of supplier/contractor (post-
with any of the decisions taken, he or she shall
qualification);
immediately inform the chairperson of the
– the status of any bid clarifications;
evaluation committee, who shall call a further
– whether the bid validity needs to be extended;
meeting to resolve the disagreement;
– have all logistics issues been addressed?
– The business of the meeting shall be determined
– were any bids rejected during detailed evaluation
by the evaluation methodology specified in the
and if so was this justified?
invitation documents and coordinated by the
– are all bidders being treated equally?
chairperson;
– have any of the procurement principles detailed
– A decision of the evaluation committee shall be
in the IFAD Procurement Guidelines been
by unanimity, except where individual scores
compromised?
or marks are required in accordance with the
evaluation methodology;
– Where the evaluation committee is unable to
reach a unanimous decision, the findings and
recommendations of the majority shall be stated
in the evaluation report;
– Where an evaluation committee is unable
to agree on any part of an evaluation and
the disagreement is significant and likely to
substantially affect the results of an evaluation,
they shall consult with the approving authority.
Applicability:
The general principles in this module apply to the evaluation of tenders for goods, works and non-
consulting services. The technical methodologies for each are included in modules L3, L4 and L5,
respectively. Note that where ICB is the method of procurement, then the World Bank procedures, as set
forth in their guidelines, will apply.
The evaluation of proposals for consulting services, under the request for proposals method, is covered in
modules L6, L7 and L8.
124 IFADevaluation
Overview
Bid Procurement Handbook
The preliminary examination test is conducted As a general rule, a material deviation, reservation or
on a pass or fail basis, with tenders that are not omission is one that:
substantially compliant being rejected. The criteria – affects the scope, quality or performance of the
to be used for the preliminary examination goods, works or services in a substantial way; or
depend on the requirements and instructions – would limit the procuring entity’s rights or the
of the invitation document, so the preliminary bidder’’s obligations under the contract in a
examination must always start with a review of the substantial way; or
invitation document to list the requirements to be – would unfairly affect the competitive position of
met. As guidance only, the preliminary examination other bidders if it were corrected.
might typically include checks of the following:
– the tender has been submitted in the correct Determining whether a deviation is material or non-
format; material is a decision for the evaluators and one
– any required tender security has been submitted, which must be based on the contents of the tender
in the correct form and amount and valid for at only. Additional information or previous knowledge
least the period required; of a product or bidder must not be taken into
– the tender has been submitted without material account.
reservations or deviations from the terms and
What is a material or non-material deviation
conditions of the tender document;
will vary between different tendering procedures,
– the tender has been correctly signed and
depending on the particular requirements of each.
authorized;
However, decisions on what constitutes material
– the correct number of copies of the tender have
and non-material deviations must be applied
been submitted;
consistently to all tenders which are part of the same
– the tender is valid for at least the period required;
evaluation process.
– all key documents and information required
have been submitted; In deciding whether deviations are material or
– any required samples have been submitted; non-material, the evaluator(s) should consider
– the tender meets any other key requirements of the impact on key factors, such as cost, risk, time
the invitation document; and, and quality of the procurement. As guidance only,
– there have been no alterations or changes to the material deviations, reservations or omissions are
tender documents, except those required as part likely to include:
of the tender requirement. – unacceptable schedules for delivery or
completion;
Eliminate tenders that do not pass this review.
– unacceptable technical details, such as design,
1.3. Assess responsiveness materials, workmanship, specifications,
standards or methodologies; and
In evaluating tenders, the evaluators are required – unacceptable counterproposals on key contract
to decide whether a tender is ‘responsive’62 terms and conditions, such as payment
(i.e. meets the procuring entity’s requirements) or terms, price adjustment, liquidated damages,
‘non-responsive’ (i.e. does not meet the procuring subcontracting or warranty.
entity’s requirements).
As guidance only, non-material deviations,
In practice, few tenders are perfect and therefore reservations or omissions are likely to include:
the key test is whether a tender is ‘substantially – minor differences in delivery or completion
responsive’. A ‘substantially responsive’ tender schedules, where time is not critical;
is defined as a tender that conforms to all the – the omission of minor items;
instructions, requirements, terms and conditions of – arithmetic errors;
the invitation document without material deviation,
reservation or omission. In other words, minor (or
‘non-material’) errors or problems can be accepted
by the evaluator(s) or corrected by the bidder, while
tenders with major (or ‘material’) errors or problems
must be rejected.
62 The ways of assessing responsiveness will vary considerably between evaluations for goods, works and non-consulting
services. Therefore, further guidance on the technical evaluation is included in modules L3, L4 and L5, respectively.
The technical evaluation itself is usually Requests for clarification must be addressed to
conducted on a pass or fail basis; only tenders the bidder in writing and must state that a written
that are responsive, or substantially responsive, to response is required by a specified date. The request
the requirements of the invitation document are must also state that failure by the bidder to respond
included in the subsequent financial evaluation. to the request may result in the rejection of their
Non-responsive tenders are eliminated from the tender.
evaluation. See modules L3, L4 and L5 for more
details regarding specifics of evaluation of goods, Where a tender includes non-material deviations,
works and non-consultancy. errors or omissions, the evaluator(s) may choose
to accept or to correct them. In order to make the
The commercial evaluation is conducted evaluation fair to all bidders, the non-conformity
by assessing whether the tender conforms, should be quantified and expressed in monetary
or substantially conforms, to all the terms, terms, wherever possible. This amount should
conditions and requirements of the invitation then be added to the tender price, for purposes of
document. The criteria will therefore depend on the financial evaluation only, to reflect the price or
the invitation document, but might include: cost of the missing or non-conforming item.
– acceptance of key contract conditions, such
as payment, warranty and liquidated damages For example, where a tender for goods does not
for delay; include the price of a spare part or consumable item,
– delivery schedule for goods within the time the price of the missing item should be added to
period specified; the tender price, using the highest price for the same
– completion schedule for incidental services item from the other tenders.
within the time period specified, where
installation and commissioning or user
training is required;
– availability of spare parts and consumable
items;
– service arrangements, such as a requirement
for a local agents.
126 IFADevaluation
Overview
Bid Procurement Handbook
As a further example, where a tender includes a which are conditional on the simultaneous
slightly later delivery date than required by the award of contracts for more than one lot).
invitation document and this delay is acceptable However, onditional discounts should also be
to the procuring entity, the later delivery could be excluded from the main financial evaluation.
quantified and expressed in monetary terms, using Following completion of the financial evaluation
the monetary penalties for liquidated damages and determination of the successful tender(s),
contained in the draft contract. a further financial comparison should be
conducted to take any conditional discounts into
1.6. Conduct a financial evaluation account. This comparison must identify the best
Only the tenders that passed the technical overall value for money for the procuring entity
evaluation are financially assessed to determine (i.e. the combination of contract awards that
the lowest-priced tender. offers the lowest total price);
– convert all tenders to a single evaluation currency
Unless otherwise required by the instructions for purposes of comparison, using the currency
in the invitation document, the procedure for and the source and date of the exchange rate
determining the evaluated price of each tender is specified in the invitation document;
usually as follows: – apply any margin of price preference; and
– take the total tender price as read out at – determine the total evaluated price of each
the tender opening, including or excluding tender.
particular costs, as indicated in the invitation
document (e.g. the invitation document 1.7. Rank the tenders
may give particular instructions on the This is done to determine the lowest evaluated
inclusion of all taxes and duties in the tender tender.
price or the exclusion of provisional sums
and contingencies, but the inclusion of 1.8. Conduct a post-qualification
competitively priced dayworks, in tenders for
If required, conduct a post-qualification on the
works);
lowest evaluated bidder – see module L10.
– correct any arithmetic errors. The procedure for
correcting arithmetic errors is normally stated 1.9. Prepare an evaluation report
in invitation documents and the procedure
stated must be used. Where no specific For submission to the approving body. See module
procedure is stated in the invitation document, L1 for details of the contents of an evaluation report.
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. Bidders should be notified in
writing of any arithmetic corrections made and
requested to agree to the corrections in writing;
– apply any non-conditional discounts offered
by bidders. Bidders may be permitted to offer
discounts to their tender prices. Discounts, or
any other change in price, are not permitted after
the tender closing date and only non-conditional
discounts should be taken into account in the
evaluated price of the tenders. Conditional
discounts, such as discounts for prompt payment
by the procuring entity, must not be taken
into account in the financial evaluation, but
should be included (as a contract term), if the
tender is accepted. If so stated in the invitation
document, bidders may be permitted to offer
conditional (or cross) discounts (i.e. discounts
128 IFADevaluation
Overview
Bid Procurement Handbook
Module L3: Goods specific evaluations
Purpose of this module:
Module L2 provides the components of the evaluation for goods comprising three stages:
– a preliminary examination;
– a detailed technical and commercial evaluation;
– a financial evaluation.
This module provides more practical guidance to consider during goods evaluation. It must be read in
conjunction with module L1: Evaluation committees and general evaluation rules and module L2: General
evaluation procedures for goods, works and non-consulting services.
The best evaluated tender will be the lowest-priced tender, which is substantially responsive to the
requirements of the invitation document.
Applicability:
This module applies to evaluations for goods only. Where a national system is being used for purposes of
evaluation, then those provisions should apply. Note that where ICB is the method of procurement, then
the World Bank procedures, as set forth in their guidelines, will apply instead of this module or any national
procedures.
The evaluation of tenders for works and non-consulting services are covered in modules L4 and L5,
respectively. Evaluations for consulting services under the request for proposals method are covered in
modules L6, L7 and L8.
130 IFADevaluation
Overview
Bid Procurement Handbook
Module L4: Works specific evaluations
Purpose of this module:
Module L2 provides the components of the evaluation for works comprising three stages:
– a preliminary examination;
– a detailed technical and commercial evaluation;
– a financial evaluation.
This module provides more practical guidance to consider during works evaluation. It must be read in
conjunction with module L1: Evaluation committees and general evaluation rules and module L2:
general evaluation procedures for goods, works and non-consulting services.
The best evaluated tender will be the lowest-priced tender, which is substantially responsive to the
requirements of the invitation document.
Applicability:
This module applies to evaluations for works only. Where a national system is being used for purposes
of evaluation, then those provisions should apply. Note that where ICB is the method of procurement,
then the World Bank procedures, as set forth in their guidelines, will apply instead of this module or
any national procedures.
The evaluation of tenders for goods and non-consulting services are covered in modules L3 and L5,
respectively. Evaluations for consulting services under the request for proposals method are covered
in modules L6, L7 and L8.
132 IFADevaluation
Overview
Bid Procurement Handbook
Module L5: Non-consultancy services
specific evaluations
Purpose of this module:
Module L2 provides the components of the evaluation for non-consultancy services comprising three
stages:
– a preliminary examination;
– a detailed technical and commercial evaluation;
– a financial evaluation.
This module provides some guidance to consider during evaluation of non-consultancy services. It must
be read in conjunction with module L1: Evaluation committees and general evaluation rules and module
L2: General evaluation procedures for goods, works and non-consulting services.
The best evaluated tender will be the lowest-priced tender, which is substantially responsive to the
requirements of the invitation document.
Applicability:
This module applies to evaluations for non-consultancy services only.
The evaluation of tenders for goods and works are covered in modules L3 and L4, respectively. Evaluations
for consulting services under the request for proposals method are covered in modules L6, L7 and L8.
Module
Module
L1: Evaluation
L5: Non-consultancy
committees
Module
IFAD
services
andA:Procurement
general
Project
specific
evaluation
cycle
evaluations
Handbook
overview
rules 133
Module L6: General evaluation
procedures for consultancy services
Purpose of this module:
Precise evaluation procedures for consultancy services vary between the different methodologies for
selection (see module H3), but all consist of three stages:
– a preliminary examination, to eliminate proposals that do not comply with the basic requirements
of the request for proposals document and consultants who do not meet mandatory qualification
requirements;
– a technical evaluation, to assess the technical quality of the proposals against the evaluation criteria
using a merit point scoring system, to determine the technical score of each technical proposal, and
to determine which proposals have attained the minimum technical score to proceed to the financial
opening and evaluation;
– a financial evaluation and comparison to determine the best evaluated proposal according to the
specific selection procedures and which is the successful proposal that should be recommended for
award of contract.
This module sets out general procedures for evaluating proposals for consulting services. There are two
parallel modules focusing on the two most common evaluation methodologies that should be read in
conjunction with this module, namely:
– Module L7 for quality and cost-based selection (QCBS);
– Module L8 for least-cost selection (LCS).
Module L1 also provides a description of the method of selecting an Evaluation committee and general
evaluation rules which apply.
Applicability:
The general principles in this module apply to all evaluations under the request for proposals method.
134 IFADevaluation
Overview
Bid Procurement Handbook
2.2 Conduct a preliminary examination 2.3 Conduct a detailed technical
The preliminary examination is conducted to evaluation
determine whether proposals comply with the basic The detailed evaluation must only be conducted on
instructions and requirements of the request for proposals that were determined to be substantially
proposals document. It enables the evaluators to responsive during the preliminary examination.
eliminate the weakest proposals, without the time
and effort spent in conducting a detailed merit The actual criteria for evaluation, together with the
point evaluation. The preliminary examination can maximum points for each criteria, is determined and
also be used to assess whether consultants meet the described in the request for proposals document.
mandatory eligibility requirements.
Where a detailed technical evaluation uses a merit
The preliminary examination is conducted on point system, the following procedures should
a pass or fail basis, with proposals that are not apply:
substantially compliant being rejected. The criteria (i) the evaluation committee shall jointly discuss
to be used for the preliminary examination depend the criteria and any sub-criteria to ensure that
on the requirements and instructions of the all members have a common understanding of
request for proposals document, so the preliminary the criteria and their relative importance. This
examination must always start with a review of should include:
the request for proposals document to list the – agree the rating system to be used for the
requirements to be met. As guidance only, the technical evaluation
preliminary examination might typically include – agree the grades to be used with the rating
checks of the following: system
– that the proposal has been submitted in the – decide the grades definitions
correct format (all forms and documents
required, including, in particular, the proposal Modules L7 and L8 provide specific details on
submission form); these aspects;
– that the proposal has been submitted without (ii) the evaluation committee should prepare
material reservations or deviations from the the scorecards and tables that will be used
terms and conditions of the request for proposal during the evaluation to ensure uniformity of
document; information and scoring data collected;
– the proposal has been correctly signed and
(iii) each member of the evaluation committee
authorized (including any power of attorney
shall conduct an evaluation independently,
required by the request for proposal document);
considering each tender and awarding scores
– that an original and the correct number of copies
for each criterion; the evaluator shall record
have been submitted;
his or her scores using a score and shall sign
– that a separately sealed financial proposal has
his score sheet;
been submitted and that no financial details are
contained in the technical proposal; (iv) the chairperson of the evaluation committee
– that the proposal is valid for at least the period shall call a meeting to collect, collate and
required; compare scores. Individual scores shall not be
– signed curriculum vitae by proposed consultants collected by the chairperson or any member
have been submitted; of the team except at an evaluation committee
– that any additional documentation required in meeting;
the request for proposals document has been
(v) the scores from each evaluator shall be
submitted.
compiled during the meeting to produce a
score sheet for each tender, and the average
Eliminate proposals that do not pass the preliminary
score for each tender shall be calculated;
examination.
(vi) the evaluation committee shall jointly
compare the scores of each evaluator for each
tender in order to verify that there has been a
consistency of approach to the evaluation and
a common understanding of the criteria of
each tender by all members of the evaluation
committee;
Module
Module
L6: General
L1: Evaluation
evaluation
committees
procedures
Module
IFAD
andA:
for
Procurement
general
Project
consultancy
evaluation
cycleHandbook
overview
services
rules 135
(vii) the evaluation committee shall note any and time for the interview, to give the consultant
significant deviation from the average score or a reasonable opportunity to attend. This is
inconsistencies in scoring and these shall be particularly important where foreign consultants
discussed and each evaluator shall explain and are invited for interview.
justify his or her scores where required;
Interviews should be conducted after evaluation
(viii) where the evaluation committee agrees against all other technical evaluation criteria. In the
that there has not been a consistency of case of QCBS and LCS, only consultants who are
approach or where discussions reveal a still able to reach the minimum technical threshold
misunderstanding of a criterion or a tender, should be invited for an interview.
one or more evaluators may be permitted to
adjust their individual scores; Interviews should only be held with key staff or
(ix) no evaluator shall be obliged to make consultants, such as the team leader.
adjustments to his or her scores.
Interviews should be managed by the chairperson
The evaluation committee shall agree which of the evaluation committee, but involve the
member of the evaluation committee may adjust committee members responsible for the merit
their scores and for which tenders or criteria they point evaluation. The questions to be addressed
may be adjusted. at the interview should be planned and agreed
in advance by all members involved in the merit
An adjustment shall only be permitted to the extent point evaluation.
necessary to correct any inconsistency of approach
or genuine misunderstanding of a criterion or a Detailed minutes must be kept of the interview and
tender; no adjustment shall be permitted except for of the subsequent discussion and decision on the
that specifically agreed by the evaluation committee. number of points to be awarded. These minutes
should form part of the technical evaluation report.
Where any score is adjusted, the original score sheet
shall be kept as part of the record of the evaluation 2.5 Determine which proposal or
and the adjusted score shall be recorded on a new proposals should proceed to the financial
score sheet. opening and evaluation, according to the
evaluation methodology used
An adjustment of a score shall be completed as soon
as possible after the original meeting and a further 2.6 Prepare a technical evaluation report
meeting shall be called; until such time as a further for submission and approval
meeting is called, the chairperson of the evaluation The technical evaluation report should include the
committee shall keep all copies of individual and following information:
consolidated score sheets in a secure location. – the tender opening record for the technical
proposals (and any minutes if produced);
Once an individual score has been finalized, the
– the results of the preliminary examination with
calculation of the final technical score for each
reasons why any proposals were rejected as being
tender and all other aspects of the evaluation shall
non-responsive to important aspects of the terms
be conducted jointly by the evaluation committee.
of reference and the reasons;
The total average score for each proposal are – the technical scores awarded by each evaluator
compared to the minimum qualifying score for each proposal;
provided in the request for proposals document. – a summary of the relative strengths and
Those proposals not attaining this minimum score weaknesses of each proposal;
are eliminated from further consideration. – an analysis of any significant discrepancies or
inconsistencies in scoring and an explanation of
2.4 Conduct interviews if required any adjustments made to scores;
– the total technical score for each proposal;
Interviews may be conducted as part of a merit
– a list of the proposals that reached the
point evaluation, provided that this was clearly
minimum technical qualifying mark and a
stated in the RFP document. Consultants must be
recommendation to open the financial proposals
given reasonable notice of the arrangements for
of these bidders; and
any interview and, within reason, the evaluation
– a recommendation to reject all other proposals.
committee should be flexible as to the precise date
136 IFADevaluation
Overview
Bid Procurement Handbook
2.7 Inform consultants – assess whether all items are included in the
proposal price and add the cost of any missing
Once the technical evaluation report has been
items;
accepted, the purchaser can open the next stage of
– convert all proposals to a single evaluation
dialogue with the bidders. It should:
currency for purposes of comparison, using the
– Notify consultants whose financial proposals
currency and the date and source of the exchange
are to be opened of the date, time and location
rate specified in the request for proposals
for the financial tender opening and conduct
document;
the tender opening – see module K5 for further
– apply any margin of price preference;
guidance on the financial opening;
– determine the total evaluated price of each
– Notify consultants whose proposals are being
proposal.
rejected, stating that their financial proposals will
be returned unopened after completion of the 2.9 Prepare a combined evaluation report
evaluation process. for submission for approval
2.8 Conduct financial evaluation A combined evaluation report is one that includes
both technical and financial evaluation details.
The proposal or proposals proceeding to the
As the technical evaluation report has already
financial evaluation will be determined by the
been issued, it is usually appropriate to prepare
relevant methodology (see module H3) for the
a specific financial report and add the technical
technical evaluation.
report as an annex.
The financial evaluation is conducted to determine
The financial evaluation report should include the
the evaluated price of proposals, compare the
following information:
proposals and determine the successful proposal
– the bid opening record for the financial
(i.e. the proposal which should be recommended
proposals (and any minutes if produced),
for award of contract). The financial evaluation and
which will include the total proposal prices and
the determination of the successful proposal differs
technical scores read out at the financial proposal
between different evaluation methodologies and
opening;
modules L7 and L8 provide details for conducting
– the evaluated price of each proposal, following
financial evaluations for Quality and cost-based
any corrections or adjustments to the price and
selection and least-cost selection.
the conversion to a single currency;
Notwithstanding the content of those specific – the financial scores of each proposal and the
modules, there are some general good practices methodology for allocating financial scores;
that follow below, and should be followed, unless – the weighting of technical and financial scores;
otherwise required by a national procurement – the total score for each proposal;
system which has been adopted for the project: – a recommendation to award the contract to the
– determine whether the financial proposals are bidder obtaining the highest total score subject
complete and have costed all corresponding to any negotiations required;
inputs in the technical proposal, costing any – the currency and price of the proposed contract,
missing items and adding these into the proposal subject to any changes following negotiations.
price; the total proposal price (e.g. the request for
It would be good practice to include the areas or
proposals document may state that all taxes and
issues that require negotiations in the financial
duties are to be included in the evaluation);
evaluation report.
– correct any arithmetic errors in accordance
with the procedure as stated in the request All evaluation reports must be signed by all staff
for proposals document. Where no specific who have been involved in the evaluation.
procedure is stated in the request for proposals
document and there is a discrepancy between
Next steps:
– Proceed to module L10: Post-qualification if
the unit price and the total price that is obtained
consultants were not pre-selected, then;
by multiplying the unit price and quantity, the
– Proceed to module M2: Conducting negotiations
unit price shall prevail and the total price shall
for consulting services, where negotiations are
be corrected. Consultants should be notified in
required;
writing of any arithmetic corrections made and
– Proceed to module M1: Issuing a letter of tender
requested to agree to the corrections in writing;
acceptance, where no negotiations are required.
Module
Module
L6: General
L1: Evaluation
evaluation
committees
procedures
Module
IFAD
andA:
for
Procurement
general
Project
consultancy
evaluation
cycleHandbook
overview
services
rules 137
Module L7: Evaluating proposals
for consulting services using quality and
cost-based selection (QCBS)
Purpose of this module:
This module provides the standard operating procedure for the evaluation of proposals for consulting
services, using the QCBS methodology. It must be read in conjunction with module L6: general evaluation
procedures for consulting services.
There is also an Annex attached to this module that provides detailed guidance regarding how to define
grading for evaluation criteria.
Applicability:
The general principles in this module apply to all evaluations under the request for proposals method
where QCBS is used as the method of selection (see module H3).
138 IFADevaluation
Overview
Bid Procurement Handbook
Technical scores must be awarded using only the
criteria specified in the bidding document. The
above illustration therefore forms the basis of the
technical evaluation so that an individual evaluator’s
typical scorecard would be:
Note: actual criteria for any evaluation would be taken from the bid document. The above is for illustrative
purposes only.
2.2 Evaluation committee finalize method poor. It is a normal to give scores based on the
of technical scoring following grades:
Module
ModuleL7:
L1:Evaluating
Evaluationproposals
committees
Module
for
IFAD
and
consulting
A:Procurement
general
Projectservices
evaluation
cycleHandbook
overview
(QCBS)
rules 139
2.3 Defining the grade for each criteria expected from the consultants. However, it should
substantially improve the quality of the evaluation.
Since each of the criteria (or sub-criteria) refers to
Rating proposals without using agreed upon
a different aspect of the proposal, the definition of
predefined grades of responsiveness leaves the
grades needs to be considered so that each evaluator
definition of the grades to each evaluator, very
marks against a standardized definition. A typical
likely making the scoring subjective and difficult to
evaluation therefore could produce a technical
compare.
scorecard from one evaluator as shown below:
These would represent the scores of one evaluator Ratings should not be too rigid. In the likely event
and need to be combined with the scores of the that a firm does not satisfy all the conditions set
other evaluators and averaged to arrive at a final forth in one of the grade definitions, but that
technical score for the evaluation. particular grade appears to reflect the overall specific
experience of the firm better than the lower grade,
Scoring technical proposals by this method offers the upper grade may be assigned.
the following advantages:
– it provides the evaluation committee with a Further guidance in defining the grades for each
shared definition of the grades, making the criteria and sub-criteria is provided in annex A of
evaluation easier and comparable; this module.
– it minimizes the risk of scoring inconsistencies
and discretion; 2.4 Awarding Financial Scores
– it binds each committee member to justify their Financial scores must be awarded using the method
individual evaluation on the basis of a common specified in the RFP document. This is normally as
definition of grades, discouraging intentionally follows:
biased evaluations; – the lowest-priced proposal is given a financial
– it adds transparency and fairness to the score of 100
evaluation process. – all other proposals are given a financial score
proportionate to this, using the formula:
Defining the grades is a difficult exercise that
requires a thorough knowledge of the terms of Final score = 100 x Fz
reference, the main technical issues to be covered by
the consultant assignment, and the qualifications Fy
Where Fz = Lowest-priced proposal and
Fy = Price of proposal being evaluated
140 IFADevaluation
Overview
Bid Procurement Handbook
For example, if prices were as follows: the technical score and in the range of 10-30 per cent
for the financial score. The combined weights must
Proposal Evaluated proposal price always total 100 per cent. It is acceptable to express the
weight either as a percentage or a decimal fraction (i.e.
A US$500,000
80 per cent/20 per cent or 0.8/0.2).
B US$450,000
C US$600,000 To determine the weighted scores, multiply the
actual technical and financial scores by the weights
– Proposal B has the lowest price and would be stated in the RFP document.
awarded 100 points.
– The formula would be applied to Proposal A as To determine the total score, simply add the
follows: 100 x (450,000/500,000) = 90 points. weighted technical and weighted financial scores
– The formula would be applied to Proposal C as together.
follows: 100 x (450,000/600,000) = 75 points.
Module
ModuleL7:
L1:Evaluating
Evaluationproposals
committees
Module
for
IFAD
and
consulting
A:Procurement
general
Projectservices
evaluation
cycleHandbook
overview
(QCBS)
rules 141
Evaluation procedure for consulting services
(Quality and cost-based selection)
Technical Technical opening: Evaluation includes proposals
proposals opened received on time, opened and read out. Late proposals
not included. Financial proposals remain sealed.
Responsive
NON-RESPONSIVE Reject
Equal to
NOT CLEAR or over the UNDER THE
qualifying score QUALIFYING SCORE Reject
ARITHMETIC Highest
ERRORS total score OTHERS Reject
142 IFADevaluation
Overview
Bid Procurement Handbook
Annex A to module L7
This annex provides detailed guidance in defining • Good: The consultants have extensive experience
the grading for evaluation criteria described in in the field of the assignment and have
section 2.3 of this module. worked in countries with similar physical and
institutional conditions, including similar critical
Criteria: Specific experience of the firm issues. Permanent staff is adequate and highly
(Aspects to consider for the evaluation) specialized to cover the needs of the assignment,
The evaluation eommittee should consider the and the firm has additional resources at
following aspects in evaluating this criteria: its command to cope with unexpected
• Experience in similar projects. Evidence of having requirements. The consultants have experience
successfully carried out similar assignments. with advanced approaches and methodologies
• Experience in similar areas and conditions. The for dealing with the specific requirements of the
consultants have worked in regions or countries assignment.
with physical, cultural, social, and institutional • Very good: The consultants have outstanding,
characteristics comparable to those in the state-of-the-art expertise in assignments similar
country of operation. to the one being considered. Quality and
• Size, organization and management. The composition of the consultants’ staff easily
consultants have the capacity, for instance, staff, cover the needs of the assignment and ensure an
organization and managerial skills, to carry out excellent level of backstopping, and consultants’
the assignment. For some assignments, consider staff includes top experts in the field of the
how long the consultants have been established. assignment. The consultants are considered
• Specialization. For some assignments, it may be world-class specialists in the approaches and
important to evaluate the consultants’ specialized methodologies dealing with specific issues of the
skills and access to particular technologies assignment. The consultants operate according to
related to the assignment. well-established quality management procedures.
• Experience in transfer of knowledge and training.
Criteria: Adequacy of proposed
The consultants’ experience in transfer of
methodology and workplan
knowledge and training of client’s personnel
(Aspects to consider for the evaluation).
(if relevant).
The evaluation committee should consider the
An example of the definition of these grades following aspects in evaluating this criteria:
based on the specifics listed above is given below • Understanding the objectives of the assignment.
(definitions may differ from case to case depending The extent to which the consultants’ technical
on the characteristics of the assignment). These approach and workplan respond to the
definitions need to be agreed on prior to the objectives indicated in the TOR.
commencement of evaluation. • Completeness and responsiveness. Does the
• Poor: The consultants have no recent or little proposal respond in an exhaustive manner to all
relevant experience in the field of the assignment the requirements of the TOR?
but have not dealt with critical issues specific • Clarity. Are the various elements coherent and
to the assignment. The consultants are not the decision points well defined?
experienced enough in the use of standard • Creativity and innovation. Does the proposal
approaches and methodologies required for the suggest any new approaches to the assignment
assignment. The consultants’ permanent staff is or new methodologies that help achieve better
insufficient for the assignment. outcomes?
• Satisfactory: The consultants have relevant • Timeliness of output. Is the proposed activity
experience in the field of the assignment but schedule realistic? Are the requested outputs
have not dealt with critical issues specific provided on time?
to the assignment, such as delicate social or • Quality of resource utilization. Is the staffing
environmental issues. The consultants are fully schedule appropriate, with neither too many
experienced in the use of standard approaches short-term experts nor too many generalists? Is
and methodologies required for the assignment. the proposed staff permanent or composed of
The consultants’ permanent staff is adequate. external consultants? In the latter case, it should
Module
ModuleL7:
L1:Evaluating
Evaluationproposals
committees
Module
for
IFAD
and
consulting
A:Procurement
general
Projectservices
evaluation
cycleHandbook
overview
(QCBS)
rules 143
be clarified whether the external consultants changes that may occur during execution of the
have worked on previous assignments with the services. The list of contents of the quality plan
consultants’ permanent staff. This aspect should (if required in the TOR) is tailored to the specific
always be considered. characteristics of the assignment.
• Flexibility and adaptability. Are the methodology • Very good. In addition to the requirements
and workplan flexible and easy to adapt to listed above under ‘good’, important issues
changes that might occur during implementation are approached in an innovative and efficient
of the assignment? This aspect is especially way, indicating that the consultants have
relevant when the assignment takes place in understood the main issues of the assignment
potentially changing environments. and have outstanding knowledge of new
• Technology level. Does the methodology propose solutions. The proposal details ways to
the use of state-of-the-art technologies and the improve the results and the quality of the
adoption of innovative solutions? assignment by using advanced approaches,
• Logistics. If the consultants must work at remote methodologies, and knowledge. A detailed
sites, the consultants’ approach to logistics could description of the quality plan is provided in
also be considered. addition to its list of contents
• Quality management. Especially for large and (if required).
complex assignments, the TOR may include
(b) Workplan:
a requirement to provide a quality plan or its
• Poor. The activity schedule omits important
detailed list of contents.
tasks; the timing of activities and correlation
Usually this criteria is evaluated by considering the among them are inconsistent with the approach
following three sub-criteria (only as stated in the or methodology proposed. There is a lack of
RFP document): clarity and logic in the sequencing.
a) Technical approach and methodology • Satisfactory. All key activities are included in
b) Workplan the activity schedule, but they are not detailed.
c) Organization and staffing There are minor inconsistencies between timing,
assignment outputs and proposed approach.
An example of the definition of the four grades for • Good. The workplan responds well to the TOR;
the three sub-criteria listed above may include the all important activities are indicated in the
following (definitions may differ from case to case, activity schedule, and their timing is appropriate
depending on the characteristics of the assignment): and consistent with the assignment outputs.
Moreover, the interrelation between the various
(a) Technical approach and methodology:
activities is realistic and consistent with the
• Poor. The technical approach or the methodology
proposed approach. There is a fair degree of
(or both) envisaged to carry out important
detail that facilitates understanding of the
activities indicated in the TOR is inappropriate
proposed workplan.
or very poorly presented, indicating that the
• Very good. In addition to the requirements
consultant has misunderstood important aspects
listed above under ‘good’, decision points and
of the scope of work. The list of contents of the
the sequence and timing of activities are very
quality plan (if required in the TOR) is missing.
well defined, indicating that the consultants
• Satisfactory. The way to carry out the different
have optimized the use of resources. A specific
activities of the TOR is discussed generically. The
chapter of the proposal explains the workplan
approach is standard and not specifically tailored
in relation to the proposed approach. The
to the assignment. Although the approach and
workplan allows flexibility to accommodate
methodology are suitable, they do not include
contingencies.
a discussion on how the consultant proposes
to deal with critical characteristics of the (c) Organization and staffing:
assignment. The list of contents of the Quality • Poor. The organization chart is perfunctory, the
Plan (if required in the TOR) is provided, but staffing plan is weak in important areas, and
it is generic and does not reflect the specific the staffing schedule is inconsistent with the
features of the assignment. timing of the most important outputs of the
• Good. The proposed approach is discussed assignment. There is no clarity in allocation
in detail, and the methodology is specifically of tasks and responsibilities. The proposed
tailored to the characteristics of the assignment specialists have never worked together as a
and flexible enough to allow it to adapt to team.
144 IFADevaluation
Overview
Bid Procurement Handbook
• Satisfactory. The organization chart is complete for the assignment. When knowledge of recent
and detailed, the technical level and composition approaches, methodologies and technologies
of the staffing arrangements are adequate, and is critical, younger experts may be preferable or
staffing is consistent with both timing and more desirable.
assignment outputs. • Adequacy for the assignment. This is the most
• Good. In addition to the definition above in important aspect and should be carefully
‘satisfactory’, the staff is very well balanced (that evaluated. Appropriate capabilities, adequate
is, they show good coordination, clear and professional skills and experience should
detailed definition of duties and responsibilities, always be the key evaluation aspects. While
not too many short-term experts, not too many the previous aspect, ‘general qualifications’,
generalists, staff skills and needs are matched evaluates the general experience of the staff
precisely, and they enjoy good logistical in the technical field in which they will work
support). Some members of the project team under the assignment, ‘adequacy for the
have worked together before to some extent. assignment’ is meant to assess their capability
• Very good. Besides meeting all the requirements to execute the specific functions entrusted to
for a ‘good’ rating, the proposed team is them. Has the expert recently held similar
integrated, and several members have worked positions? If yes, were such positions relevant
together extensively in the past; a detailed to assignments similar to the one under
explanation of the Borrower/recipient’s role and consideration? Has the proposed team leader
integration in the assignment is provided. The held such a position before? If yes, has he
proposal contains a detailed discussion showing or she managed a team similar to the one
that the consultants have optimized the use and proposed (size, technical disciplines involved,
deployment of staff with efficiency and economy, similar mix of home and expatriate personnel,
based on the proposed logistics. and so forth)? How well do the knowledge and
skills of the staff offered meet the needs of the
Criteria: Proposed key staff assignment?
(Aspects to consider for the evaluation). • Experience in the region and language. When
Usually this criteria is evaluated by considering the evaluating experience in the region, consider
following three sub-criteria (only as stated in the factors such as the number of assignments
RFP document): carried out in the country or in countries with
a) General qualifications similar cultures, administrative systems and
b) Adequacy for the assignment government organizations. For expatriate staff,
c) Experience in the region and language the RFP should specify national/local language
requirements for adequate communication
The evaluation committee should evaluate key staff in the country of the assignment, if needed.
(junior, clerical or administrative staff shall not be Scores should be given only for the local
evaluated). Consideration should be given to the language. In scoring national consultant staff,
following aspects: their knowledge of one of the primary working
• General qualifications. It is important to languagesof IFAD should be evaluated, instead
consider the number of years of professional of the local language.
experience of the consultants in the technical
field in which they will work under the As long as key staff are eligible,63 they should
assignment. For evaluation purposes, the be evaluated on their skills and suitability for
value of prior university education diminishes the job, irrespective of their nationality. The
with age. Experts with more than 10 years qualifications of the team leader should be
of experience should be evaluated on carefully evaluated because this position plays a
their acquired university degrees. Because crucial role in the assignment. If the team leader
experience accumulates with age, staff is acting as both project manager and expert, his
members who are 60 years or older are or her qualifications must be evaluated for each
often satisfactorily employed on complex or function, and the scores are assigned to each
sensitive assignments. Long-term experience in function proportional to the time effort dedicated
consulting assignments may be advantageous, to each of them (if the two functions overlap).
but evaluators should not give points to older Full marks for each function are assigned only
candidates when age is not especially relevant if the functions can be clearly separated without
affecting the quality of the services.
63 As defined by the IFAD Procurement Guidelines.
Module
ModuleL7:
L1:Evaluating
Evaluationproposals
committees
Module
for
IFAD
and
consulting
A:Procurement
general
Projectservices
evaluation
cycleHandbook
overview
(QCBS)
rules 145
The evaluation committee should determine for requirements for positions similar to the one
each of the three sub-criteria the definition of each being considered.
of the grades indicated.
(c) Experience in the region and language (this
An example of the definition of the four grades for example refers to expatriate staff):
each of the three sub-criteria listed above may include • Poor. The proposed expert has never or only
the following: occasionally worked in countries similar to the
one of the assignment, and his or her knowledge
(a) General qualifications:
of the local language is insufficient to properly
• Poor. The proposed expert has less than 10 years
communicate orally and in writing.
of relevant experience.
• Satisfactory. The expert has worked in countries
• Satisfactory. The proposed expert has 10 years
with cultural, administrative and governmental
or more of overall working experience relevant
organizations similar to the country in question;
to the assignment, with relevant academic
his or her knowledge of one of the IFAD official
education and training.
languages is adequate.
• Good. The proposed expert has more than
• Good. In recent years, the expert has worked in
15 years of overall working experience; a
the region of the assignment for at least one year;
substantial part of that experience relates to
and he or she is fluent in one of the IFAD official
consulting assignments similar to the one
languages, as well as in the local language.
under consideration; the expert’s professional
• Very good. In addition to meeting the above
achievements, such as position within the
definition of ‘good’, the expert has detailed,
firm and level of responsibility, have steadily
direct knowledge of the country and the language
increased over time.
resulting from years of professional experience in
• Very good. The proposed specialist has more than
the country.
20 years of specialized experience in the field of
the assignment and is recognized as a top expert If the key staff proposed by the consultants do
in his or her field. The specialist is fully up to not fully satisfy all the conditions set forth by the
date on the state-of-the-art of the discipline. definition of one of the grades, but the grade under
(b) Adequacy for the assignment: consideration appears to reflect the overall adequacy
• Poor. The proposed expert has never or only of the key staff better than the lower grade, the upper
occasionally worked in a position similar to grade may be assigned.
the one required under the assignment. His
or her qualifications do not match closely the Criteria: Participation by national
assigned position. (For instance, the position consultants among proposed
requires a highly experienced project manager, key staff
while a relatively junior professional with brief (Aspects to consider for the evaluation).
experience is proposed.) In the evaluation, these points should be allocated
• Satisfactory. The experience of the proposed to each proposal in a proportion equal to the
expert fits the assigned position; in the past 10 percentage share of national key staff in the total
years or more, he or she has successfully held key staff time effort proposed. (If, for example, 10
positions similar to the one proposed for the points are attributed to this criterion, and 50 per
assignment in at least one project of a similar cent of total staff-months or staff-hours of key staff
nature. The proposed expert’s skills (either is allocated by the consultants to national experts/
professional or managerial, as the proposed consultants, the proposal will receive 5 points.)
position may require) are adequate for the job.
• Good. The qualifications of the expert are This criterion covers only the quantitative aspect
suitable for the proposed position; over the of participation by nationals; qualitative aspects
past 10 years, he or she has held several similar such as experience of national key staff are captured
positions in similar assignments; the expert’s by the criteria Proposed key professional staff
skills (either professional or managerial) are fully qualifications and adequacy for the assignment.
consistent with the position and characteristics
The participation of national consultants as
of the assignment.
domestic consultants, as local branches of foreign
• Very good. In addition to the criteria under
consultants or as individual experts should be
‘good’, the expert has qualifications and
considered equally.
experience that substantially exceed the
146 IFADevaluation
Overview
Bid Procurement Handbook
Module L8: Evaluating proposals
for consulting services using
least-cost selection (LCS)
Purpose of this module:
This module provides the standard operating procedure for the evaluation of proposals for consulting
services using the LCS methodology. It must be read in conjunction with module L6: General evaluation
procedures for consulting services.
There is also an annex attached to this module that provides detailed guidance regarding how to define
grading for evaluation criteria.
Applicability:
The general principles in this module apply to all evaluations under the request for proposals method
where least-cost selection is used as the method of selection (see module H3).
1. Introduction out together with the technical score. For LCS, the
financial evaluation of each proposal determines
The evaluation of LCS is not weighted as it is in
the evaluated price of each proposal and the lowest-
the QCBS methodology. Although the technical
priced proposal is awarded the contract.
evaluation is scored using the same scoring method
as QCBS, those proposals that have reached the This system of evaluation is shown schematically at
minimum qualifying score are examined and the the end of this module.
lowest-priced proposal is awarded the contract.
(ii) Adequacy of the proposed methodology and workplan in responding to the terms of reference: 30
a) Team leader 15
b) Water supply and sanitation specialist 10
c) Legal and institutional expert 10
d) Socio-economist 5
(iv) Participation by nationals among proposed Ttam 10
Total 100
Module
ModuleL1:
L8:Evaluation
Evaluatingcommittees
proposals
Module
IFAD
for
andconsulting
A:Procurement
general
Projectevaluation
cycle
services
Handbook
overview
(LCS)
rules 147
Technical scores must be awarded using only the
criteria specified in the bidding document. The above
illustration therefore forms the basis of the technical
evaluation so that an individual evaluator’s typical
scorecard would be:
a) Team leader 15
b) Water and sanitation 10
specialist Evaluating Proposals for Con-
c) Legal and institutional 10
specialist
sulting Services using Least
d) Socio-economist 5
(iv) Participation of nationals 10
Total score 100 Cost Selection (LCS)
Rank
Note: Actual criteria for any evaluation would be taken from the bid document. The above is for illustrative
purposes only.
2.2 Evaluation committee finalize method responses that are poor. It is a normal to give scores
of technical scoring based on the following grades:
148 IFADevaluation
Overview
Bid Procurement Handbook
2.3 Defining the grade for each criteria definition of the grades to each evaluator, very
likely making the scoring subjective and difficult to
Since each of the criteria (or sub-criteria) refers to
compare.
a different aspect of the proposal, the definition of
grades needs to be considered so that each evaluator Ratings should not be too rigid. In the likely event
marks against a standardized definition. A typical that a firm does not satisfy all the conditions set
evaluation therefore could produce a technical forth in one of the grade definitions, but that
scorecard from one evaluator as shown below: particular grade appears to reflect the overall specific
a) Tech approach and methodology 10 70% 7.0 70% 7.0 100% 10.0 40% 4.0
b) Workplan 10 70% 7.0 70% 7.0 100% 10.0 40% 4.0
c) Organization and staffing 10 40% 4.0 70% 7.0 100% 10.0 40% 4.0
Proposed staff 40
a) Team leader 15 90% 13.5 70% 10.5 100% 15.0 40% 6.0
b) Water and sanitation specialist 10 90% 9.0 70% 7.0 100% 10.0 40% 4.0
c) Legal and institutional specialist 10 90% 9.0 70% 7.0 100% 10.0 40% 4.0
d) Socio-economist 5 70% 3.5 70% 3.5 100% 5.0 40% 2.0
Participation of nationals 10 70% 7.0 70% 7.0 100% 10.0 40% 2.0
Total score 78.0 70.0 100.0 40.0
Rank 2 3 1 4
These would represent the scores of one evaluator experience of the firm better than the lower grade,
and need to be combined with the scores of the the upper grade may be assigned.
other evaluators and averaged to arrive at a final
technical score for the evaluation. Further guidance in defining the grades for each
criteria and sub-criteria is provided in annex A of
Scoring technical proposals by this method offers this module.
the following advantages:
– it provides the evaluation committee with a 2.4 Awarding Financial Scores
shared definition of the grades, making the
Having determined the proposals that met
evaluation easier and comparable;
or exceeded the minimum qualifying score
– it minimizes the risk of scoring inconsistencies
(representing at least the satisfactory proposals), the
and discretion;
financial evaluation comprises:
– it binds each committee member to justify their
– an examination of the proposal price to
individual evaluation on the basis of a common
determine any arithmetical errors;
definition of grades, discouraging intentionally
– conversion to the evaluation common currency;
biased evaluations;
and
– it adds transparency and fairness to the
– making adjustments for non-material omissions
evaluation process.
and errors as provided for in the bidding
document;
Defining the grades is a difficult exercise that
requires a thorough knowledge of the terms of to arrive at the evaluated price. The bid with the
reference, the main technical issues to be covered by lowest cost is then ranked as the first bid.
the consultant assignment, and the qualifications
expected from the consultants. However, it should The table on the next page illustrates a typical
substantially improve the quality of the evaluation. financial examination of proposals and represents
Rating proposals without using agreed upon the type of table that should be central to the
predefined grades of responsiveness leaves the financial evaluation report.
Module
ModuleL1:
L8:Evaluation
Evaluatingcommittees
proposals
Module
IFAD
for
andconsulting
A:Procurement
general
Projectevaluation
cycle
services
Handbook
overview
(LCS)
rules 149
Fin opening Financial evaluation
150
Currency Amount Arithmetic errors Conversion to E Non-material omissions Evaluated
price
Bid
Consultant’s name Errors (+/-) Revised total Rate Revised total Value Revised total Revised price
(notes)
Overview
Consultant 1 US$ 750 000.00
IFADevaluation
A 5 980.00 755 980.00
1.90 1 436 362.00 1 436 362.00 1 436 362.00
Consultant 2 £ 580 000.00
B -8 900.00
C -60 864.00
Procurement Handbook
D 30 000.00
-39 764.00 540 236.00 2.70 1 458 637.20 1 458 637.20 1 458 637.20
Consultant 3 £ 510 000.00 2.70 1 377 000.00
E 75 000.00 1 452 000.00 1 452 000.00
,
0.00 1 460 000.00 1.00 1 460 000.00 1 460 000.00 1 460 000.00
Notes: A Adjustment for incorrect extension in Table 2 of proposal
B Adjustment for incorrect extension in Table 1 of proposal
C Adjustment for incorrect extension in Table 3 of proposal (team leader)
D Adjustment for incorrect extension in Table 5 of proposal (administrative staff table)
E Adjustment for lack of required training or capacity development in proposal (value taken from Consultant 2 costs)
F Adjustment for …...
In this example the evaluated price for Consultant 1 is the lowest and is the proposal that would be recommended for award in the financial evaluation report.
Evaluation procedure for consulting services (least-cost selection)
Responsive
NON-RESPONSIVE Reject
Equal to
NOT CLEAR or over the UNDER THE
qualifying score QUALIFYING SCORE Reject
Recommend
for financial Technical evaluation report: Recommends proposals
opening which reach the minimum technical qualifying score
recommended to proceed to financial opening
and evaluation.
Recommendation submitted for approval in technical
Financial evaluation report.
proposals
Financial opening: financial proposals opened.
opened
Technical scores and prices read out.
Financial evaluation to:
– correct arithmetic errors
Confirm – convert to a common currency (using exchange rate
Financial stated in RFP doc)
corrections
evaluation – determine the proposal with the lowest evaluated price.
(in writing)
ARITHMETIC Lowest
ERRORS evaluated price OTHERS Reject
Module
ModuleL1:
L8:Evaluation
Evaluatingcommittees
proposals
Module
IFAD
for
andconsulting
A:Procurement
general
Projectevaluation
cycle
services
Handbook
overview
(LCS)
rules 151
Annex A to module L8
This annex provides detailed guidance in defining • Good: The consultants have extensive experience
the grading for evaluation criteria described in in the field of the assignment and have
section 2.3 of this module. worked in countries with similar physical and
institutional conditions, including similar critical
Criteria: Specific experience of the firm issues. Permanent staff is adequate and highly
(Aspects to consider for the evaluation) specialized to cover the needs of the assignment,
The evaluation committee should consider the and the firm has additional resources at
following aspects in evaluating this criteria: its command to cope with unexpected
• Experience in similar projects. Evidence of having requirements. The consultants have experience
successfully carried out similar assignments. with advanced approaches and methodologies
• Experience in similar areas and conditions. The for dealing with the specific requirements of the
consultants have worked in regions or countries assignment.
with physical, cultural, socia, and institutional • Very good: The consultants have outstanding,
characteristics comparable to those in the state-of-the-art expertise in assignments similar
country of operation. to the one being considered. Quality and
• Size, organization, and management. The composition of the consultants’ staff easily
consultants have the capacity, for instance, staff, cover the needs of the assignment and ensure an
organization and managerial skills,Evaluating
to carry out Proposalsexcellent
for Con-level of backstopping, and consultants’
the assignment. For some assignments, consider staff includes top experts in the field of the
how long the consultants have been established. assignment. The consultants are considered
sulting
• Specialization. For some assignments, it may be Services using Leastspecialists in the approaches and
world-class
important to evaluate the consultants’ specialized methodologies dealing with specific issues of the
skills and access to particular technologies assignment. The consultants operate according to
Cost Selection (LCS)
well-established quality management procedures.
related to the assignment.
• Experience in transfer of knowledge and
Criteria: Adequacy of proposed
training. The consultants’ experience in
methodology and workplan
transfer of knowledge and training of client’s
(Aspects to consider for the evaluation).
personnel (if relevant).
The evaluation committee should consider the
An example of the definition of these grades following aspects in evaluating this criteria:
based on the specifics listed above is given • Understanding the objectives of the assignment.
below (definitions may differ from case to case The extent to which the consultants’ technical
depending on the characteristics of the assignment). approach and workplan respond to the
These definitions need to be agreed prior to the objectives indicated in the TOR.
commencement of evaluation. • Completeness and responsiveness. Does the
• Poor: The consultants have no recent or little proposal respond in an exhaustive manner to all
relevant experience in the field of the assignment the requirements of the TOR?
but have not dealt with critical issues specific • Clarity. Are the various elements coherent and
to the assignment. The consultants are not the decision points well defined?
experienced enough in the use of standard • Creativity and innovation. Does the proposal
approaches and methodologies required for the suggest any new approaches to the assignment
assignment. The consultants’ permanent staff is or new methodologies that help achieve better
insufficient for the assignment. outcomes?
• Satisfactory: The consultants have relevant • Timeliness of output. Is the proposed activity
experience in the field of the assignment but schedule realistic? Are the requested outputs
have not dealt with critical issues specific provided on time?
to the assignment, such as delicate social or • Quality of resource utilization. Is the staffing
environmental issues. The consultants are fully schedule appropriate, with neither too many
experienced in the use of standard approaches short-term experts nor too many generalists? Is
and methodologies required for the assignment. the proposed staff permanent or composed of
The consultants’ permanent staff is adequate. external consultants? In the latter case, it should
152 IFADevaluation
Overview
Bid Procurement Handbook
be clarified whether the external consultants changes that may occur during execution of the
have worked on previous assignments with the services. The list of contents of the quality plan
consultants’ permanent staff. This aspect should (if required in the TOR) is tailored to the specific
always be considered. characteristics of the assignment.
• Flexibility and adaptability. Are the methodology • Very good. In addition to the requirements
and workplan flexible and easy to adapt to listed above under ‘good’, important issues are
changes that might occur during implementation approached in an innovative and efficient way,
of the assignment? This aspect is especially indicating that the consultants have understood
relevant when the assignment takes place in the main issues of the assignment and have
potentially changing environments. outstanding knowledge of new solutions. The
• Technology level. Does the methodology propose proposal details ways to improve the results and
the use of state-of-the-art technologies and the the quality of the assignment by using advanced
adoption of innovative solutions? approaches, methodologies, and knowledge.
• Logistics. If the consultants must work at remote A detailed description of the quality plan is
sites, the consultants’ approach to logistics could provided in addition to its list of contents (if
also be considered. required).
• Quality management. Especially for large and
(b) Workplan:
complex assignments, the TOR may include
• Poor. The activity schedule omits important
a requirement to provide a quality plan or its
tasks; the timing of activities and correlation
detailed list of contents.
among them are inconsistent with the approach
Usually this criteria is evaluated by considering the or methodology proposed. There is a lack of
following three sub-criteria (only as stated in the clarity and logic in the sequencing.
RFP document): • Satisfactory. All key activities are included in
a) Technical approach and methodology the activity schedule, but they are not detailed.
b) Workplan There are minor inconsistencies between timing,
c) Organization and staffing assignment outputs and proposed approach.
• Good. The workplan responds well to the TOR;
An example of the definition of the four grades for all important activities are indicated in the
the three sub-criteria listed above may include the activity schedule, and their timing is appropriate
following (definitions may differ from case to case, and consistent with the assignment outputs.
depending on the characteristics of the assignment): Moreover, the interrelation between the various
activities is realistic and consistent with the
(a) Technical approach and methodology:
proposed approach. There is a fair degree of
• Poor. The technical approach or the methodology
detail that facilitates understanding of the
(or both) envisaged to carry out important
proposed workplan.
activities indicated in the TOR is inappropriate
• Very good. In addition to the requirements listed
or very poorly presented, indicating that the
above under ‘good’, decision points and the
consultant has misunderstood important aspects
sequence and timing of activities are very well
of the scope of work. The list of contents of the
defined, indicating that the consultants have
quality plan (if required in the TOR) is missing.
optimized the use of resources. A specific chapter
• Satisfactory. The way to carry out the different
of the proposal explains the workplan in relation
activities of the TOR is discussed generically. The
to the proposed approach. The workplan allows
approach is standard and not specifically tailored
flexibility to accommodate contingencies.
to the assignment. Although the approach and
methodology are suitable, they do not include (c) Organization and staffing:
a discussion on how the consultant proposes • Poor. The organization chart is perfunctory, the
to deal with critical characteristics of the staffing plan is weak in important areas, and the
assignment. The list of contents of the quality staffing schedule is inconsistent with the timing
plan (if required in the TOR) is provided, but of the most important outputs of the assignment.
it is generic and does not reflect the specific There is no clarity in allocation of tasks and
features of the assignment. responsibilities. The proposed specialists have
• Good. The proposed approach is discussed never worked together as a team.
in detail, and the methodology is specifically • Satisfactory. The organization chart is complete
tailored to the characteristics of the assignment and detailed, the technical level and composition
and flexible enough to allow it to adapt to of the staffing arrangements are adequate, and
Module
ModuleL1:
L8:Evaluation
Evaluatingcommittees
proposals
Module
IFAD
for
andconsulting
A:Procurement
general
Projectevaluation
cycle
services
Handbook
overview
(LCS)
rules 153
staffing is consistent with both timing and is critical, younger experts may be preferable or
assignment outputs. more desirable.
• Good. In addition to the definition above in • Adequacy for the assignment. This is the most
‘satisfactory’, the staff is very well balanced important aspect and should be carefully
(that is, they show good coordination, evaluated. Appropriate capabilities, adequate
clear and detailed definition of duties and professional skills and experience should
responsibilities, not too many short-term always be the key evaluation aspects. While
experts, not too many generalists, staff skills the previous aspect, ‘general qualifications’,
and needs are matched precisely, and they enjoy evaluates the general experience of the staff
good logistical support). Some members of the in the technical field in which they will work
project team have worked together before to under the assignment, ‘adequacy for the
some extent. assignment’ is meant to assess their capability
• Very good. Besides meeting all the requirements to execute the specific functions entrusted to
for a ‘good’ rating, the proposed team is them. Has the expert recently held similar
integrated, and several members have worked positions? If yes, were such positions relevant
together extensively in the past; a detailed to assignments similar to the one under
explanation of the Borrower/recipient’s role and consideration? Has the proposed team leader
integration in the assignment is provided. The held such a position before? If yes, has he
proposal contains a detailed discussion showing or she managed a team similar to the one
that the consultants have optimized the use proposed (size, technical disciplines involved,
and deployment of staff with efficiency and similar mix of home and expatriate personnel,
Evaluating
economy, based on the proposed logistics.
Proposals for Con-
and so forth)? How well do the knowledge and
skills of the staff offered meet the needs of the
Criteria: Proposed key staff assignment?
sulting Services using Least
(Aspects to consider for the evaluation). • Experience in the region and language. When
Usually this criteria is evaluated by considering evaluating experience in the region, consider
the following three sub-criteria (only as stated in Cost Selection
factors(LCS)
such as the number of assignments
the RFP document): carried out in the country or in countries with
a) General qualifications similar cultures, administrative systems and
b) Adequacy for the assignment government organizations. For expatriate staff,
c) Experience of the region and language the RFP should specify national/local language
requirements for adequate communication
The evaluation committee should evaluate key staff in the country of the assignment, if needed.
(junior, clerical or administrative staff shall not be Scores should be given only for the local
evaluated). Consideration should be given to the language. In scoring national consultant staff,
following aspects: their knowledge of one of the primary working
• General qualifications. It is important to languages of IFAD should be evaluated, instead
consider the number of years of professional of the local language.
experience of the consultants in the technical
field in which they will work under the As long as key staff are eligible,64 they should
assignment. For evaluation purposes, the be evaluated on their skills and suitability for
value of prior university education diminishes the job, irrespective of their nationality. The
with age. Experts with more than 10 years qualifications of the team leader should be
of experience should be evaluated on carefully evaluated because this position plays a
their acquired university degrees. Because crucial role in the assignment. If the team leader
experience accumulates with age, staff is acting as both project manager and expert, his
members who are 60 years or older are or her qualifications must be evaluated for each
often satisfactorily employed on complex or function, and the scores are assigned to each
sensitive assignments. Long-term experience in function proportional to the time effort dedicated
consulting assignments may be advantageous, to each of them (if the two functions overlap).
but evaluators should not give points to older Full marks for each function are assigned only
candidates when age is not especially relevant if the functions can beclearly separated without
for the assignment. When knowledge of recent affecting the quality of the services.
approaches, methodologies and technologies
64 As defined by the IFAD Procurement Guidelines.
154 IFADevaluation
Overview
Bid Procurement Handbook
The evaluation committee should determine for requirements for positions similar to the one
each of the three sub-criteria the definition of each being considered.
of the grades indicated.
(c) Experience in the region and language (this
An example of the definition of the four grades example refers to expatriate staff):
for each of the three sub-criteria listed above may • Poor. The proposed expert has never or only
include the following: occasionally worked in countries similar to the
one of the assignment, and his or her knowledge
(a) General qualifications: of the local language is insufficient to properly
• Poor. The proposed expert has less than 10 years communicate orally and in writing.
of relevant experience. • Satisfactory. The expert has worked in countries
• Satisfactory. The proposed expert has 10 years with cultural, administrative and governmental
or more of overall working experience relevant organizations similar to the country in question;
to the assignment, with relevant academic his or her knowledge of one of the IFAD official
education and training. languages is adequate.
• Good. The proposed expert has more than • Good. In recent years, the expert has worked in
15 years of overall working experience; a the region of the assignment for at least one year;
substantial part of that experience relates to and he or she is fluent in one of the IFAD official
consulting assignments similar to the one languages, as well as in the local language.
under consideration; the expert’s professional • Very good. In addition to meeting the above
achievements, such as position within the definition of ‘good’, the expert has detailed,
firm and level of responsibility, have steadily direct knowledge of the country and the language
increased over time. resulting from years of professional experience in
• Very good. The proposed specialist has more than the country.
20 years of specialized experience in the field of
the assignment and is recognized as a top expert If the key staff proposed by the consultants do
in his or her field. The specialist is fully up to not fully satisfy all the conditions set forth by the
date on the state-of-the-art of the discipline. definition of one of the grades, but the grade under
consideration appears to reflect the overall adequacy
(b) Adequacy for the assignment:
of the key staff better than the lower grade, the upper
• Poor. The proposed expert has never or only
grade may be assigned.
occasionally worked in a position similar to
the one required under the assignment. His
Criteria: Participation by national
or her qualifications do not match closely the
consultants among proposed
assigned position. (For instance, the position
key staff
requires a highly experienced project manager,
(Aspects to consider for the evaluation).
while a relatively junior professional with brief
experience is proposed.) In the evaluation, these points should be allocated
• Satisfactory. The experience of the proposed to each proposal in a proportion equal to the
expert fits the assigned position; in the past 10 percentage share of national key staff in the total
years or more, he or she has successfully held key staff time effort proposed. (If, for example, 10
positions similar to the one proposed for the points are attributed to this criterion, and 50 per
assignment in at least one project of a similar cent of total staff-months or staff-hours of key staff
nature. The proposed expert’s skills (either is allocated by the consultants to national experts/
professional or managerial, as the proposed consultants, the proposal will receive 5 points.)
position may require) are adequate for the job.
This criterion covers only the quantitative aspect
• Good. The qualifications of the expert are
of participation by nationals; qualitative aspects
suitable for the proposed position; over the
such as experience of national key staff are captured
past 10 years, he or she has held several similar
by the criteria Proposed key professional staff
positions in similar assignments; the expert’s
qualifications and adequacy for the assignment.
skills (either professional or managerial) are fully
consistent with the position and characteristics The participation of national consultants as
of the assignment. domestic consultants, as local branches of foreign
• Very good. In addition to the criteria under consultants, or as individual experts should be
‘good’, the expert has qualifications and considered equally.
experience that substantially exceed the
Module
ModuleL1:
L8:Evaluation
Evaluatingcommittees
proposals
Module
IFAD
for
andconsulting
A:Procurement
general
Projectevaluation
cycle
services
Handbook
overview
(LCS)
rules 155
Module L9: Extending bid validity
Purpose of this module:
This module gives some of the main issues to be considered when requesting bidders to extend their bid
validities.
Applicability:
Whenever the extension of a bid validity is going to be requested.
The tender or proposal validity period requested Bidders must either agree or disagree to extend the
in the invitation document should normally be validity of their bid and should not be permitted
sufficient to enable an evaluation committee to change their financial proposal, or any details of
to undertake both the technical and financial their bid or proposal, when extending the validity.
evaluations, obtain approval and for the procuring
entity to place a contract. Therefore, extensions In the event that a consultant does not wish to
to the validity of tenders should not normally be extend the validity of their bid, they are withdrawn
required. from the evaluation.
However, where an extension to the validity of Where a tender security is required, bidders
proposals is required, all bidders still involved in extending the validity of their tenders must also
the evaluation process should be requested, in extend the validity of their tender securities by the
writing, to extend the validity of their proposals for same period of time. Any bidder is free to refuse to
an additional specified period of time. This request extend the validity of his tender, without forfeiting
should be issued a reasonable period before the any tender security submitted.
expiry of the validity of proposals, to give sufficient
For purposes of fairness and transparency, the
time for responses to be received.
deadline for responses to bid validity extensions
The request should be worded in such a way that a should be treated in the same fashion as a bid
lack of response to the request will be considered closing deadline. Only positive responses received
as non-agreement to the extension of the validity. in writing by the deadline will be considered. A
A sample request for extension of validity is late response after the deadline should not be
attached to this module for reference. considered.
156 IFADevaluation
Overview
Bid Procurement Handbook
***A sample request for extension of validity ***
We make reference to your bid shown below and hereby request an extension to your bid validity, and bid
security [delete if no bid security was required by the bid], in order to enable us to conclude the evaluation
process.
Procurement reference:
Subject of procurement:
New bid validity requested: Enter the proposed new validity date
Please note that in the event that you do not wish to extend the validity of your bid:
1) Your bid will be withdrawn from the evaluation process.
2) You will not forfeit your bid security and this will be returned to you upon its original expiry. [delete if no
bid security required]
You are kindly requested to confirm your decision by completing either Part A or Part B of the attached draft
letter and return this to us by _________________________ .[enter deadline for receipt of responses]. If we
do not receive your confirmation of validity extension by this date, we shall consider that you do not wish to
extend your validity and your bid will be withdrawn from the evaluation process.
PART A: We agree to extend our bid validity and bid security [delete if no Bid Security was required by the
bid], as requested and reconfirmed as follows:
Name Signature
Position Date
----------------------------------------------------------------------------------------------------------
PART B: We are not able to extend our bid validity as requested. In doing so, we understand that our bid will
be withdrawn from the evaluation process. We further understand that any bid security provided by us for
this bid will not be forfeited but instead be returned upon its original expiry.
Name Signature
Position Date
Applicability:
This module applies to procurement of goods, works and non-consulting services.
Advantages Disadvantages
Pre- – assists shortlisting – delays the initial issuance of tenders
qualification – all shortlisted bidders meet minimum criteria,
therefore evaluation time is reduced
– also saves time at contract award and placement
stage as it can move ahead quickly without the need
for lengthy post-qualification
Post- – tenders can be issued quickly without the need for a – evaluation may be undertaken on bidders
qualification pre-qualification process which later turn out to be unsuitable
– can create delays between contract award
and placement stage while carried out
158 IFADevaluation
Overview
Bid Procurement Handbook
Post-qualification will not normally be required 6. If the contract is under IFAD prior-review, submit
under the request for quotations method, as the evaluation report to IFAD;
contracts will be of relatively low-value and
7. Where the successful bidder is not considered
complexity and quotations will be invited from
qualified, conduct a post-qualification check
known suppliers.
on the bidder with the next lowest evaluated
Post-qualification also will not normally be price and repeat this process as required until
required under the request for proposals method, a qualified bidder is identified. Include the
as the successful bidder’s experience and staff are results of all post-qualification checks in the
taken into account in the shortlisting or evaluation report, with reasons why any bidder
evaluation process. was determined to be not qualified and a clear
recommendation for contract award. Bidders
must not be notified of their rejection at the
3. Who does it?
post-qualification stage prior to obtaining
Post-qualification will normally be conducted approval of the post-qualification results.
by the evaluation committee. (Where required,
technical advice will be sought, normally from B: Where pre-qualification was carried out, there are
the member of staff who provided technical inputs some minor aspects of re-confirmation to consider
to the evaluation). as outlined in point 2 above. In this case:
1. Review the pre-qualification document for details
4. What to do of the post-qualification criteria set and the
A: The following are some generic instructions invitation document for updated information
for undertaking post-qualification where no pre- requested from bidders;
qualification was carried out. National procurement
3. Examine the updated information submitted by
systems may have their own variations on these
the successful bidder and assess whether it still
points:
meets the original pre-qualification criteria. Seek
1. Before bid issue, determine the post- clarifications or further updates from the bidder
qualification criteria;65 as required;
2. Identify the best evaluated bidder through 4. Where the successful bidder is still qualified,
the evaluation process; include this confirmation in the evaluation
report and and proceed to complete the report,
3. Review the invitation document for details of the
with the recommendation for award of contract;
post-qualification criteria set and the evidence of
post-qualification requested from bidders; 5. If the contract is under IFAD prior-review, submit
the evaluation report to IFAD;
4. Examine the evidence submitted by the
successful bidder and assess whether it meets 6. Where the successful bidder is no longer
the criteria. Seek clarifications or updated qualified, verify the pre-qualification information
information from the bidder if required of the bidder with the next lowest evaluated
(where post-qualification requires a visit to price and repeat this process as required until a
the successful bidder, or any other checks, qualified bidder is identified. Include the results
which are likely to incur significant costs, of all checks on pre-qualified bidders in the
obtain approval of the evaluation report before evaluation report, with reasons why any bidder
contract acceptance); was determined to be no longer qualified and
a clear recommendation for contract award.
5. Where it is determined that the best evaluated
Bidders must not be rejected prior to obtaining
bidder is qualified, include this information in
approval of the post-qualification results.
the evaluation report and proceed to complete
the report, with the recommendation for award
of contract;
65 Criteria shall be based upon the capability and resources of the winning bidder to perform the particular contract
satisfactorily, taking into account their (a) experience and past performance on similar contracts, (b) capabilities with
respect to being able to supply or provide the goods, works or services needed, and (c) financial position. State minimum
requirements to be met for purposes of assessment. References should be requested.
Applicability:
This module applies to all types of procurement. Note that where ICB is the method of procurement, then
any World Bank procedures covering cancellation of procurement after bid opening, as set forth in their
guidelines, will apply.
160 IFADevaluation
Overview
Bid Procurement Handbook
Award
Contract
Process
management
Contract Award
Module M1: Letters of
tender acceptance
Purpose of this module:
This module sets out the procedure for issuing a letter of tender acceptance to form a contract by
accepting the tender or proposal of the successful bidder. It is of great importance that this procedure
is handled properly and correctly, as the notice of acceptance is normally a contractually binding notice,
which results in the entry into force of a contract.
It is important to note that this module provides the most commonly used procedure for sending notices
of tender acceptance. If the national procurement system or invitation document states an alternative
procedure for the notice or an alternative means of entry into force of the procurement contract, the terms
of the invitation document will prevail over this module.
Applicability:
This module applies to goods, works, consulting and non-consulting services.
Module M1:
Module
IFAD
Letters
A:Procurement
Project
of tender
cycle
acceptance
Handbook
overview 161
– the date and any reference number of the 4. Record keeping
bidder’s tender;
– reference to any modifications to tender resulting A copy of the letter of tender acceptance, along with
from clarifications or corrections, and any items approval by the appropriate approval authority to
excluded from the contract or variations in the letter, must be kept on the procurement file.
quantity or any other detail; Evidence of dispatch of the notice must also be kept
– the currency and total contract price;
on the procurement file; this is of critical importance
– the wording that ‘the letter of bid acceptance
as the contract enters into force when the notice is
constitutes a contract between the procuring entity
and the bidder until such time as a formal contract dispatched.
is signed and the bidder shall sign a contract and
provide any required performance security within
a maximum of 14 days of the date of the letter of
tender acceptance’.
Applicability:
This module applies only to procurement of consultancy services.
ModuleModule
M2: Negotiation
M1:
Module
IFAD
Letters
A:
for
Procurement
Project
of
consultancy
tender
cycle
acceptance
Handbook
overview
services 163
– minor alterations to technical details, such as must not make any reference to the tender being
the terms of reference, proposal assignment accepted or a contract being awarded);
methodology or staffing;
3. The negotiators should prepare by reviewing
– minor amendments to the special conditions
the invitation document, the tender from the
of contract;
successful bidder and the evaluation report to
– mobilization arrangements;
identify areas where negotiations are required.
– inputs required from the procuring entity;
For each area, the procuring entity should
– finalizing the payment arrangements;
identify and quantify the objectives that it
– agreeing final completion schedules to
wishes to achieve from the negotiations, and
accommodate any changes required by the
where possible set maximum and minimum
procuring entity;
negotiating parameters;
– clarifying details that were not apparent or could
not be finalized at the time of tendering; 4. When holding the negotiations with the
– the bidder’s tax liability. successful bidder, it is important that the
negotiators do not commit the procuring entity
Negotiations must not be used to: to any arrangements or agreements during
– substantially change the technical quality or the negotiations;
details of the proposal, including the tasks or
5. It is important that a record of what is agreed
responsibilities of the bidder;
during negotiations is signed by the bidder upon
– materially alter the terms and conditions of the
completion of the negotiations;
contract stated in the invitation document;
– reduce fee rates (see above) or reimbursable costs 6. Prepare a record of the negotiations and make
except where changes are required to reflect any recommendations on how to proceed;
agreed changes to the technical proposal; or
7. Seek the approval for the recommendations
– substantially alter anything that formed a crucial
and proceed as appropriate. Where the
or deciding factor in the evaluation of the
recommendation is for further negotiations with
tenders or proposals.
the successful bidder or negotiations with the
The bidder should not be allowed to substitute next bidder, repeat this process from
key staff, unless the procuring entity and the step 2 onwards.
bidder agree that delays in the procurement
Following negotiations, the recommendations made
process, changes in the terms of reference or other
to the appropriate approval authority may include:
circumstances beyond its reasonable control make it
necessary and unavoidable. 1. Proceed with contract award to the successful
tenderer, incorporating the revisions agreed
4. The negotiation process during negotiations;
The evaluation committee will have made 2. Revise the objectives of the negotiations and
recommendations in the evaluation report as to negotiate further on specified areas;
whether negotiations are required and the issues to 3. Terminate the negotiations, where they have
be negotiated. The recommendation to negotiate failed to result in an acceptable contract, reject
should be approved by the appropriate approval the bidder and award the contract or hold
authority before any preparations are made. negotiations with the next best ranked tenderer;
ModuleModule
M2: Negotiation
M1:
Module
IFAD
Letters
A:
for
Procurement
Project
of
consultancy
tender
cycle
acceptance
Handbook
overview
services 165
Module M3: Preparing and issuing
contract documents
Purpose of this module:
This module provides guidance on the preparation of contract documents, obtaining approval and issuing
the contract documents.
Applicability:
This module applies to goods, works, consulting and non-consulting services.
The contents of the contract document will depend 2. Ensure that the bid being accepted is still within
on the sample contract included in the bidding validity.
document. The contents of a contract and the order 3. Collect copies of all the documents that will
of precedence are normally listed in the contract form part of the contract document.
form or special conditions of contract. As guidance
only, contract documents normally consist of the 4. Assemble the complete contract document,
following: by including all necessary documents in the
– The general conditions of contract - a statement correct order. Ensure that the contract does not
of the general conditions that will apply; include any new terms or conditions that were
– The special conditions of contract – a statement not included in the bidding document or have
that the special condition of contract prevail been subsequently discussed and agreed with the
over the general conditions of contract and the bidder. It is the responsibility of the authorizing
order of priority of other contract documents; officer signing the contract to ensure the contract
– A clear description of the goods, works or is in line with the approved evaluation report
services purchased in the contract, including the recommendation.
Applicability:
This module applies to goods, works, consulting and non-consulting services.
2. Issuing the unsuccessful bid letter 3.1 Where a tender was rejected during
The standard process for issuing the unsuccessful the preliminary review
bid letter is:
The letter should give a brief statement of the reason
1. Ensure that the contract has entered into force or reasons for rejection. For example:
with the successful bidder and that any required – your tender security was not issued by an
performance security has been received. acceptable institution;
3.3 Where a proposal for consultancy No further debate or discussion should be entered
services evaluated using QCBS or into with the bidder once the debrief letter has
LCS was rejected during the detailed been issued.
technical evaluation
The letter should state that the proposal failed to
reach the minimum qualifying score and provide
a brief statement on the main weaknesses of the
proposal. For example:
– the key personnel included in your proposal
did not have sufficient experience of this type of
work or of work in the conditions prevailing in
(country or southern region);
– your team leader did not have sufficient
management experience or experience of
working at this level; or
– your methodology didn’t address the capacity
building component of the terms of reference
adequately or would not achieve sufficient
transfer of knowledge.
Applicability:
This module applies to goods, works, consulting and non-consulting services.
Additionally, the provision of a performance The above example represents a reasonable timescale
guarantee by the supplier or contractor would to establish a large consulting services contract.
also be a condition for effectiveness. Similarly, Many of the timescales could be reduced should the
another condition for effectiveness could be the relationship between the procuring entity and the
establishment of a letter of credit. consulting firm be closer.
There may be other conditions for effectiveness and It is not unreasonable to set period deadlines
these would be detailed in the contract conditions in a contract for effectiveness, mobilization and
(as indicted in the original invitation document) but commencement as targets to be accomplished by the
the ones referred to above are the most common. contractor/consultant.
4. Basic process
1. Ensure that the contract has been awarded
correctly and in accordance with the procedure
stated in the invitation document.
2. Ensure that a signed copy of the contract or
confirmation of the order is received from
the supplier and that contract placement
has been correctly completed.
3. Ensure that any conditions for effectiveness are
met or at least initiated by the procuring entity
(required performance security or advance
payment security is received from the supplier).
4. Ensure that the procuring entity meets any
immediate conditions of effectiveness, (such as
payment of an advance payment, opening of a
letter of credit or assistance with obtaining visas
for the supplier’s foreign staff, etc).
Applicability:
Good contract management is necessary for all contracts, therefore the advice contained in this module
applies equally to goods, works, consulting and non-consulting services.
Module
Module
IFAD
N1:
A:Procurement
Contract
Project cycle
management
Handbook
overview 173
2.2 Manage contract start-up issues Contracts administration for works is often complex
and time-consuming, as it involves supervision
The nominated contracts manager or contracts
of the progress of the works, ordering variations
management team should:
where unforeseen conditions are encountered
– Carry out a review of the contract to
and measuring the work completed for payment
assimilate the details of the requirements and
purposes. For major contracts, the procuring entity
the program for fulfilling them;
will normally use a full-time supervising engineer
– ensure that a signed copy of the contract
or project manager, who will exercise control and
is received from the supplier, contractor or
supervision of the contract on behalf of the
consultant;
procuring entity.
– ensure that any required performance security
or advance payment security is received from When managing services contracts, the focus is on
the supplier, contractor or consultant; ensuring that services are delivered on time and
– ensure that the procuring entity meets any to an acceptable quality. This can be difficult, as
immediate obligations, such as payment of the quality of services, particularly consultancy
an advance payment, opening of a letter of services, can be subjective and difficult to
credit or assistance with obtaining visas for measure. A good working relationship with the
the supplier’s foreign staff; consultant and ongoing monitoring of services is
– for larger contracts, prepare a contract therefore important to ensure successful contract
implementation plan, showing key performance. The procuring entity must also
milestones, such as dates for mobilization, ensure that it meets its obligations, particularly
deliveries or completion of certain where the performance of consultancy services
deliverables or sections of work, and the is dependent on certain inputs or information
procuring entity’s obligations, such as from the procuring entity or where staff must be
providing access to a works site, payment or made available to benefit from capacity-building
approval of reports. initiatives.
The contract implementation plan is a key Specific tasks for these three types of contract follow
management tool to ensuring that the contract is as annexes A, B and C to this module.
performed as intended and within the obligations
undertaken in the contract by both parties. It enables 2.4 Claims management
the contract manager to formulate an expediting Claims can occur in any type of contract and for
plan for the contract to proactively ensure that many reasons. The most common types of claims
deliverables are received on time. made are with respect to:
– Short supply or over supply claims: which
2.3 Monitor implementation result from discrepancies between the statement
The task of contract monitoring is to ensure that from suppliers attesting to the contents of a
both parties to the contract perform in accordance consignment and that which is found in the
with that contract and to take action as required consignment on arrival. These differences can
to address any problems or delays, whether actual be less than (short supply) or greater than
or anticipated. (over supply) the contract and/or delivery
documentation stated.
For goods contracts, the focus is on ensuring that – Warranty claims: these are dependant on the
goods are delivered on time, that the goods are provisions of the warranty or guarantee clause
acceptable to the procuring entity, in terms of in the contract. Generally a warranty clause
quantity, quality and supporting documentation, seeks to protect against faulty materials and/
and that the procuring entity meets its obligations to or workmanship and such defects typically
pay for the goods delivered. only become apparent during the use of the
goods or after construction of works. Warranty
claims are therefore made against the supplier,
manufacturer or contractor to remedy the fault.
– Insurance claims are claims against the
insurance policy for the loss of or damage to
items received.
Module
Module
IFAD
N1:
A:Procurement
Contract
Project cycle
management
Handbook
overview 175
Annex A: Contract administration
tasks for goods
For goods contracts, the tasks typically required by relating to warranties and warranty claims are
the contract administrator are: in good order;
– ensuring that the actual dates when deliveries are – ensuring that assets are registered and labelled,
due are agreed with the supplier, based on the where required;
date of contract effectiveness; – ensuring all user guides, manuals, licences, etc.
– expediting during the delivery period, to ensure
are kept with the goods or in an appropriate
that manufacturing, freight-forwarding and
place; and
deliveries are proceeding on schedule;
– ensuring goods are recorded in the procuring
– ensuring that all deliveries, targets or deliverables
are completed by the supplier. Maintaining a entity’s asset records and issued to the end user
contracts delivery record is a good way to control in accordance with any national or institutional
and monitor the contracts deliverables; stores and supply management procedures
– witnessing tests or approving samples, that may be applicable.
where required;
– arranging collection, freight-forwarding, customs
clearance or delivery, where the procuring entity
is responsible for any of these tasks;
– arranging for receipt and inspection of the goods;
– checking all documentation relating to the
goods, such as delivery notes, and ensure that
documentation is correct before signing;
– recording any missing, damaged or incorrect
items and initiating claims against insurance
policies or the supplier;
– reporting any contractual problems or requests
for contract amendments to the procuring entity;
– checking invoices and supporting documentation
for payment are correct and arranging payment;
– managing any securities, such as performance
or payment securities, by ensuring that they
are kept securely, ensuring that extensions to
their validity are obtained in good time, when
required, reducing their value, when required,
and releasing them promptly, when
all obligations have been fulfilled;
– ensuring all documentation and information
Module
Module
IFAD
N1:
A:Procurement
Contract
Project cycle
management
Handbook
overview 177
Annex C: Contract administration
tasks for services
For services contracts, the contract administrator is – notifying the service provider in writing of
typically responsible for: any failings in performance or failure to
– ensuring that the actual dates for mobilization, meet targets; and
key milestones or deliverables and completion – ensuring all reports or deliverables are kept
are agreed with the supplier, based on the date of in an appropriate place and circulated or
contract effectiveness; implemented as required.
– monitoring contract performance to ensure
that levels of service are maintained and that
deliverables are submitted or completed on time;
– ensuring that all required reports are
submitted on time;
– ensuring that, where required, the procuring
entity provides written comments or approvals to
deliverables or reports in a timely manner;
– ensuring that any resources, assistance or
counterpart staff to be provided by the procuring
entity are made available at the appropriate time;
– checking invoices and supporting documentation
for payment are correct and arranging payment;
– managing any securities, such as performance or
payment securities, by ensuring that they are
kept securely, ensuring that extensions to
their validity are obtained in good time, when
required, reducing their value, when required,
and releasing them promptly, when all
obligations have been fulfilled;
Applicability:
The advice contained in this module applies equally to contracts for goods, works, consulting and non-
consulting services.
Module
Module
IFAD
N1:
N2:
A:Procurement
Contract
Project cycle
management
amendments
Handbook
overview 179
7. Make the required number of copies of the
approved contract amendment. The number of
copies required must be at least two – one for
the supplier and one for the procuring entity.
8. The authorized signatory for the procuring
entity should sign all copies of the
contract amendment.
9. Send all copies of the contract amendment to
the supplier, with a covering letter instructing the
supplier to countersign all copies, retain one for
his records and return all other signed copy to
the procuring entity.
3. Documents/records required
A copy of all contract amendments, signed by both
parties, along with the approval of the appropriate
approval authority for each amendment, must be
kept on the procurement file.
Date of amendment:........................................................................................................................................
Subject:................................................................................................................. ………………………………
Procurement reference:..................................................................................................................................
We refer to the above referenced contract between [name of supplier/contractor/consultant] and the
Government of ………………. dated ………………. for the [supply/construction/provision] of
[enter the subject of the contract] and hereby issue the following amendment:
New
Description Qty Unit price £ Total price £
item
25 Sewerage pumps (specification same as item 15) 1 74,000.00 74,000.00
Total 89,500.00
The total contract price is hereby [increased/decreased] by [enter the amount of the increase/decrease in
contract value] thereby [increasing/decreasing] the total contract price from the existing amount of [insert
contract price prior to the amendment] to a new figure of [state new contract price] [include Incoterms if a
goods contract].
You are requested to please sign and return one copy of this amendment as your acknowledgement
of this amendment.
................................................................................. .................................................................................
Authorized signatory for the Authorized signatory for and on behalf of
(the Supplier)
.................................................................................
Module
Module
IFAD
N1:
N2:
A:Procurement
Contract
Project cycle
management
amendments
Handbook
overview 181
Module N3: Contract completion
Purpose of this module:
This module provides a brief general outline for completing a contract and closing the procurement file,
once all contractual obligations of both parties have been fulfilled.
Applicability:
The advice contained in this module applies equally to goods, works, consulting and non-
consulting services.
2. Basic instructions
The contracts manager, in conjunction with
the designated contract administrator, is responsible
for completing contracts and closing the
procurement file.
Applicability:
The advice contained in this module applies equally to goods, works, consulting and non-consulting
services.
Module
Module
Module
IFAD
N1:
A:
N4:
Procurement
Contract
Project
Contract
cycle
management
termination
Handbook
overview 183
The procuring entity should note that a contract 4. Records required
will also give the supplier grounds for termination,
A copy of the notice terminating the contract, and
which normally include failure by the procuring
the approval by the appropriate approval authority
entity to make payments that are overdue by a
to terminate, must be kept on the procurement file.
specified period of time, force majeure or failure of
the procuring entity to comply with an agreement Any other correspondence or documentation
reached through arbitration or other dispute relating to the termination must also be kept on the
resolution mechanism. procurement file.
184 IFADevaluation
Overview
Bid Procurement Handbook
Module O: Complaints and disputes
Purpose of this module:
This module gives general guidance on how to address complaints. Complaints can arise from many
sources but this module focuses on the two most common types of complaints or disputes, namely:
– Those from unsuccessful/aggrieved bidders; and
– Those arising between contractual parties.
Where other types of complaints are experienced, the general principles of this module can still be
adopted in a generic way.
Applicability:
This module applies where a complaint or dispute arises and national provisions either do not exist or have
been deemed to be non-suitable for adoption by the project.
Applications for review must be submitted within If a written decision is not forthcoming within the
a normal range of 5 to 15 working days of first stipulated period or the complainant is dissatisfied
becoming aware of the circumstances relating with the decision, then a further complaint can be
to the complaint. lodged with the regulatory authority.
The request for regulatory authority review must
Who to complain to? be submitted within 10 working days from the
Initially, complaints should be addressed to the procurement entity decision being published. Often,
senior office of the procuring entity. However, a fee is payable as a deterrent to frivolous complaints
many countries have an independent procurement being lodged.
authority that has responsibility for ultimately
adjudicating on all complaints.
Module
Module
Module
IFAD
O:N1:
A:
Complaints
Procurement
Contract
Project cycle
management
and
Handbook
overview
disputes 185
Complaints will not normally be heard by a Managing complaints/disputes
regulatory authority if they:
Attempts should be made to resolve all disputes
– are not accompanied by the correct fee
amicably through sensible discussion and
(if applicable);
agreement, however, in the event that the dispute
– fail to comply with the requirements of the
cannot be resolved, any formal complaints should
requisite law or regulation;
be referred to the head of the procurement entity to
– have no evidence of a basis in fact;
authorize further correspondence or negotiation.
– have been filed outside the required timescales;
– relate to contract implementation, not award;
Actions to be taken:
– relate to qualifications of a competing bidder.
The procurement entity will review the contract
Valid complaints will result in the procurement to ascertain the validity of the complaint/dispute.
proceeding being suspended unless it is of ‘urgent This will require a detailed review of the contract
public interest’. A written decision should be issued conditions to identify the contractual position.
within a set number of days following receipt of the
complaint. The procurement entity should invite the contractor
for formal discussions with the aim of reaching an
Remedies: amicable solution to the dispute. These discussions
– an instruction is issued prohibiting the procuring and any agreements that result must be minuted and
entity from acting in an unauthorized manner agreed on by both parties, and any decisions should
in the future; be put in writing and agreed on during the course of
– the regulatory authority annuls all or part of any the meeting.
act or decision of a procuring entity, other than
where such act or decision resulted in bringing If discussions fail, then independent conciliation
the contract to force; or arbitration should be used, as detailed in the
– reversing the procurement decision, except contract. There should be standard conciliation
where that decision resulted in bringing the and arbitration clauses in all contracts for works
contract to force; and services.
– awarding costs to the complainant.
Contract closure has large and potentially
2. Complaints/disputes by/ expensive consequences for both parties and every
with contractors effort should be made to resolve the dispute before
it reaches this stage.
This area is frequently referred to as ‘dispute
resolution’ as contractors frequently come into
conflict during contract execution. Disputes
frequently occur through:
– a lack of understanding of the risks entailed in
undertaking a contract. This can be by either or
both parties to the contract;
– a lack of preparation in depth for the contract;
– a failure to communicate between the parties;
– inaccurate assumptions on what the
contract entailed;
– unexpected events that materially impact upon
the ability to complete the contract;
– mistakes in supervision by the contracting entity;
– changes in needs after work is understood.
Applicability:
This module applies to all IFAD-funded projects.
Module P: Procurement
Module
IFAD
withA:
community
Procurement
Project cycle
participation
Handbook
overview 187
– increased economy and efficiency in (b) the institutional capacity of community
procurement, through reductions in transport organizations to undertake resource
costs management responsibilities;
– timely availability of materials at point of use; (c) homogeneity within the beneficiary
– enhanced capacity and skills within the community group and the possibility of
community; smooth interaction within the group and
– generation of employment and economic with the PCU; and
opportunities within the community; (d) the existence of mechanisms for ensuring
– reduction in project implementation burden on accountability within the community
the central PCU through decentralization and or – if such mechanisms are lacking – the
delegation; and possibility of designing and introducing
– greater chance of achieving desired project them.
goals and objectives.UREMENT
(iii) Capacity and technical skills
3. Considerations during Examine the prevailing:
project design (a) primary occupation(s) of community
The project environment and the collective members and the crops or other outputs
institutional capacity of the community targeted they produce vis-à-vis the proposed project
by the project to participate actively and contribute activities, with an eye to opportunities
to project implementation are critical elements in for integration;
involving the community in procurement. Given the (b) means and methods used to procure goods
fact that both the economic and the socio-cultural and works for the community’s needs; and
contexts within which communities operate have a (c) availability and timing of surplus labour
significant bearing on project success, community within the community.
leaders, institutions, grass-roots organizations and,
(iv) Administrative and accounting skills
when available, local NGOs functioning in the area
should be consulted during project appraisal. Assess the community’s ability to receive,
secure, use and account for group funds in
Project designers are required to consider the a reliable manner, and identify training and
following issues in order to determine prima capacity-building needs, if any.
facie whether and how the community will play
a constructive and beneficial role in procurement (v) Intermediaries
under the project: Ascertain the presence and function of
intermediaries (such as community centres,
(i) Borrower/recipient’s regulatory cooperatives, NGOs, branches of rural
framework development banks, etc.) operating within
As part of the assessment of the national system the community.
for procurement (see module D) the legal,
governmental and other regulatory framework (vi) Cost-benefit analysis
within which development projects operate, Work out incremental costs of involving
and the extent of decentralization permitted the community, including training costs,
and prevailing in the country for community quantifiable risks and benefits, such as
groups, grass-roots organizations and NGOs increased sustainability of project activities,
to function effectively at the project level, will more effective operation and maintenance of
have been assessed. project facility, and cost-sharing; and
188 Overview
IFAD Procurement
Community Handbook
participation
4. Procurement arrangements the loan as ‘undetermined procurement’, provided
there is a well-defined institutional arrangement
Once a preliminary determination is made that it is
whereby individual procurement needs under that
viable and desirable to incorporate the involvement
component are determined and accountability for
of community groups in procurement under the
the funds is ensured (e.g. self-help projects initiated
project, the next step is to identify the following,
by the beneficiary community).
as clearly as possible within the project or project
component where community participation in
procurement is expected:
6. Source of procurement
Identification of the source of procurement is an
(i) the goods, works and related services to be
important step. Communities can be involved
procured;
in procurement as suppliers or contractors only
(ii) the procurement schedule, based on when the goods, works or services are of the
implementation timing and targets; and type commonly produced or provided by the
communities. Similarly, communities can be
(iii) the role to be played by the community and/or
procurement agents only when the goods are of
its representatives.
a type readily available in local markets, or works
This information would help determine the most are of a type provided by contractors in the project
suitable procurement methods and the role and areas, or the services are of a type that are provided
responsibility of the community in the procurement by persons or groups within their reach.
process. In determining procurement needs, it is
normal to separate goods, works and services. The 7. Community groups as
nature, quantity and source for each procurement implementing agencies
category should then be identified. When informal community groups are brought in
to act as implementing agencies that will undertake
In some projects, the procurement plan of a
procurement, their institutional capacity needs to be
community may form part of the microplan
examined and evaluated. The following questions
prepared by the community to implement
should be addressed during project design, or by
the project at the local level. In such cases, the
start-up at the latest, in order to assess the capacity-
procurement plan would be reviewed and approved
building investment required by the community
by the PCU along with the community microplans.
groups:
Module P: Procurement
Module
IFAD
withA:
community
Procurement
Project cycle
participation
Handbook
overview 189
(v) Ability to contract (ii) Role of intermediary (contractor
Does the group have legal status to enter into or consultant)
contracts? If not, can the project provide or If acting purely in a training or supervisory
build this capacity? capacity vis-à-vis the community groups,
the intermediary may be hired as a
(vi) Dispute resolution consultant under the consultant guidelines.
What are the existing formal dispute resolution If the intermediary needs to act as executing
processes available? How will disputes be agent assisting actively in the building of
resolved within the group, with outsiders and infrastructure using community labour, it may
with the PCU? Are there any quicker, simpler be more appropriate to hire it as contractor,
local dispute-resolution methods that the either through a transparent competitive
community would respect and accept? process (if more than one intermediary
is available) under IFAD’s procurement
(vii) Financial status of the community guidelines, or via sole-source direct contracting
What is the capacity of the community to (if only one functioning intermediary exists in
contribute, either in cash or in kind? How the project area); and
will equitable contribution from members be
ensured? Do they have the capacity to provide (iii) Financial viability and administrative
collateral or security for any advances received capacity
from the project? The intermediary’s primary source of funding,
staffing, management, administrative capacity
8. Intermediaries as and accountability via independent audits,
implementing agents etc., should be examined to ensure safety and
security for handling public funds on behalf of
Where the project’s beneficiary community
the project management and the community.
does not have adequate institutional capacity
to receive and account for funds or administer
procurement reliably, it may be necessary to
9. Procedures and documentation
introduce intermediaries to act on behalf of the Project designers are to ensure that simple yet
community. Such intermediaries could be civil reliable arrangements are in place within the project
society organizations (CSOs), cooperative societies, to follow the various stages of the procurement
private entities or others. The project management procedures, such as transparent bid advertising,
will ensure that such intermediaries have adequate open competition (even within the community),
capacity to perform such duties. public bid opening, award of contract to the lowest
evaluated bidder, etc., so as to preserve the integrity
When CSOs or other entities are included as of the process to the extent possible. Bidding
implementing agencies for weak community groups, documents, contracts, etc. may have to be simplified
the following aspects should be addressed during and/or standardized to enable easy understanding
project design: and use by community participants. While
documentation and records are allowed to be in the
(i) Legal status of intermediary Borrower/recipient’s official language(s), translation
Regulations governing registration (with the should be available when required for independent
government or local authority), functioning in reviews by IFAD or auditors. Appropriate procedures
specific sectors, authority to receive and account should be put in place to regularly monitor and
for public funds, and ability to participate in audit community procurement activities and the
the project; relevant records by the project management.
190 Overview
IFAD Procurement
Community Handbook
participation