(42) The Procurement Unit will have the
responsibility of processing all procurement activities including the following
:
(a) submission of
the procurement plan prepared by the Procurement Planning Committee to
the Tenders Board for approval ;
(b) preparation of tender notifications and request for
expressions of interest ;
(c) preparation and submission to advertising media of
documents for : soliciting quotations, prequalification, bidding and request
for proposals;
(d) issuing documents for: soliciting quotations,
prequalification, bidding and request for proposals ;
(e) receiving and arranging opening of: prequalification
documents, bids, quotations and, request for proposals ;
(f) submission of evaluation reports to the Tenders Board
for: prequalification, bids, quotations and consultants’ proposals, for
approval ;
(g) submission of quotations for minor value procurements
(below Naira 1.0 million) to the Accounting Officer for approval ;
(h) making arrangements for contract negotiations ;
(i) making arrangements for contract signing by the
Accounting Officer ;
(j) preparing documentation for submission to the Bureau
for approval ;
(k) preparing responses to complaints for submission to
the Tenders Board, for approval ;
(l) preparation of documentation
on complaints for submission to the Bureau ;
(m) preparation of all data and information required by
the Bureau;
(n) any other
assignment that will be given by the Accounting Officer that may be necessary
to enhance performance of the procurement function.
Part IV Principles and Methods of Consultants Selection
(43)
Scope of Consulting Services. Procuring Entities may need consulting services
for a variety of needs in engineering, architecture, economics and finance,
management of projects and procurement, or a combination thereof. Consulting
services may be classified into the following categories :
(a) Advisory or Counseling Services,
including staffing, training and institution building and specific advice on
issues and projects.
(b) Pre-Investment Studies, including
identification, pre-feasibility and feasibility studies, including regional or
sectoral planning, policy and investment priorities.
(c) Engineering and Design Studies, to define the scope and
design of a project, such as the
preparation of drawings, specifications, detailed cost estimates and complete
tender documents for the invitation of bids for construction and/or equipment
procurement. In addition, these services may include assistance in the
prequalification of contractors, analysis of bids and recommendations on the
award of contracts, and drawing up final contract provisions with the selected
contractor.
(d) Implementation or Supervision Services,
to ensure execution of the project in accordance with the terms and conditions
of the contract, manage expenditure control, and provide certification of
materials, quantities and invoices submitted by the contractors and suppliers.
Such services may also include introducing modifications in the design or
specifications, as necessary, upon prior agreement with the Procuring Entity or
the owner of the project.
(e) Project Management, where the Procuring
Entity engages a Project Management Consultant to undertake the overall
responsibility for planning, design, procurement, construction and
commissioning of a project. The Project Management Consultant acts as the
Procuring Entity’s executing arm in all matters connected with the
implementation of a project. There is no uniform pattern according to which
services under this category are rendered: sometimes a consultant may be
engaged to act as the sole project consultant often with vast powers; or an
independent consultant may be appointed under a project manager and be
entrusted with the discharge of specific tasks.
(f) In addition, the Procuring Entity may also need
specialist services to assist it in the preparation and appraisal of projects,
and the supervision and evaluation of on-going projects or to provide advice on
technical matters.
Types of Consultants.
(44) Consultants,
to who these Regulations apply, may be grouped into one or a combination of the
following :
(a) independent consulting firms (business
and/or professional partnerships, private companies or corporations operating
internationally or nationally, financial institutions and procurement agents) ;
(b) autonomous/semi-autonomous government
organizations, multilateral-agencies, or non-governmental organizations (NGOs)
;
(c) universities / research institutes ;
(d)
consulting firms forming part of, or otherwise affiliated to, or associated
with, or owned by contractors or manufacturers; or consulting firms combining
the functions of consultants with those of contractors / manufacturers (see
paragraphs ….on conflicts of interest) ; and
(e) individual consultants.
Training and Transfer of Technology.
(45)
If the consulting assignment includes an important component for training or
transfer of knowledge, the terms of reference shall indicate the objectives,
nature, scope, and goals of the training program, including details on trainers
and trainees, skills to be transferred, time frame, and monitoring and
evaluation arrangements. The cost for the training program shall be included in
the budget for the assignment and the consultant’s contract.
Criteria for Selection of Consultants.
(46)
Subject to such other regulations as may herein be prescribed by the Bureau :
(a) Price shall not be the sole criteria for the selection
of Bidders for the provision of consulting services ;
(b) The selection of consultants shall be based on the
numerically weighted assessment of the experience, performances, quality of
personnel, price and methodology, such as to rank the Bids from highest to
lowest in terms of their calculated ratings. The Bid with the highest calculated
rating shall be the “Highest Rated/Evaluated Bid”.
Procedure for
Consultant Selection
(47)
Every Procuring Entity shall proceed to selection of consulting firms by
conducting activity in the following order :
(a)
Preparation of the Terms of Reference.
(b)
Preparation of the cost estimate (budget).
(c) Determination of the appropriate consulant selection
method and the appropriate contract type for the assignment.
(d) Preparation and publication of a Request for
Expressions of Interest for the consulting assignment.
(e) After completion of the analysis of the Expressions of
Interest, preparation of a short-list of qualified consultants.
(f) Preparation of a Request for Proposals (RfP) with the
selection criteria in the Specific Instructions, and the draft contract, in
particular the Special Conditions of Contract, and issuing the package to the
short-listed consultants.
(g) Evaluation of the technical proposals.
(h) Public opening of the financial proposals.
(i) Evaluation of the financial proposals.
(j) Selection of the best ranking proposal, followed by
negotiations with the selected consultant, and.
(k) Awarding the contract to the selected consultant and
signing it.
The Terms of Reference (TOR).
(48)—(1)
The TOR shall define the work that the consultant is required to perform.
(2) Every TOR shall indicate :
(a) the scope and objective of the project ;
(b) the relevant background, including available studies,
of the project and institutions concerned ;
(c) the type of services required and objectives sought ;
(d) the schedules of implementation and expected outputs
(periodic reports, documents and end products) ;
(e) the scope and nature of transfer of technology and
training, if required ;
(f) the method of remuneration for the services ;
(g) the responsibilities of the Procuring Entity (client)
and those of the consultant ;
(h) information on the Procuring Entity’s counterpart
staff to be associated with the service and the facilities that will be
provided to the consultant ;
(i) a description of the main terms and conditions of
appointment ;
(j) the approximate number of staff-months that may be
required ;
(k) an indication if “supplementary work” will be required
(such as detailed engineering after the feasibility study, or supervision of
implementation after detailed engineering), when continuity is essential. If
this possibility is part of the project, the Procuring Entity shall indicate
clearly in the RfP the scope and requirements for this follow-up assignment. Short
listed consultants shall duly respond to the criteria of this assignment, to
arrive at an equitable and transparent selection during proposal evaluation and
to enable the Procuring Entity to negotiate a suitable contract for the
follow-up assignment with the selected consultant when the situation arises.
(l) All other important elements considered necessary to
enable the consultant to submit a comprehensive proposal and estimate of the
cost.
TOR for Complex
assignments.
(49)
TORs for assignments of a complex nature such as might require research and
innovation to achieve the aims of the assignment may be issued stipulating the
allowance for the consultants to propose suitable approaches and methodology to
meet the aims of the procuring Entity.
Preparation of complex TORs.
(50)
Where a Procuring Entity does not have the capacity to prepare the TORs for a
complex assignment, it may engage a specialist with the requisite
qualifications to prepare such a TOR in accordance with the Regulations for Individual Consultants (Section V).
Description of Services.
(51)
The TOR and any modifications agreed at the negotiation stage shall constitute
the “Description of
Services” in the contract
between the consultant and the Procuring Entity.
Cost Estimate (Budget).
(52)
The Procuring Entity shall estimate the cost of a proposed consulting
assignment, including :
(a) the estimated resources needed for the assignment
(level and type of personnel, realistic staff time, physical outputs and
logistical support, if needed (such as vehicles, office supplies and computer
equipment) ;
(b) cost estimates covering the technical requirements of
the TOR to ensure that the financial commitments of the consultants fully
reflect their technical proposals, which - if inaccurate - could result in
deficient proposal evaluation and contract award, and unsatisfactory contract
implementation ;
(c) costs divided in two separate categories :
(i) remuneration (fees) and ;
(ii) reimbursable cost items
(travel and transport, communications, production of reports, office rent,
local staff salaries, local taxes, etc.) ;
(d) local taxes (indirect and direct) and customs duties
on imported equipment and supplies, which shall be identified separately from
the base cost.
Selection Methods.
Quality and Cost-Based Selection – QCBSSection 51.
(53) The
Procuring Entity shall use any of the following selection methods :
(a)
Selection based on the technical quality with price consideration. Using this
method, quality and price factors are combined and weighted in varying
proportions depending on the importance of the quality versus price. The weight
given to price in the overall ranking of the consultants shall depend on the
technical complexity of the assignment and the nature of the project. Careful
consideration shall be given to evaluations to assure that price considerations
do not compromise quality. Generally, the proportional weights shall be set at
80 points for quality and 20 points for price, but could be 70 and 30 points,
respectively, for assignments of standard or routine nature, or conversely 90
and 10 points respectively, for assignments where technical quality is of
critical importance. Only the technical proposals which have passed the minimum
technical mark set in the RfP will proceed to the financial evaluation. The
required methodology shall be explained in the RfP.
Quality Based Selection – QBS:Section 32.
(b)
Selection based solely on the technical quality of proposals, where the degree
of technical quality is of paramount importance and decisive for the success of
the project.
Least-Cost Selection – LCS :
(c)
Selection based on the technical quality of comparable smaller and routine
assignments, where the qualified lowest financial proposal is selected.
Fixed Budget Selection – FBS :
(d)
Selection based on a fixed budget, for simple assignments for which the budget
is fixed and cannot be increased.
Consultants Qualification Selection – CQS:
(e)
Selection based on the Consultants’ Qualifications, for smaller assignments,
where the selection procedure only comprises the comparison of the most
appropriate qualification and references. The selected most qualified
consulting firm is requested to prepare a technical and financial proposal on
the basis of detailed TOR. For this procedure, only a simplified RfP is
required.
Sole-Source
Selection (or Direct Contracting) (SSS):
(f) allowed only in exceptional circumstances, subject to
BPP prior certification and generally for small assignments only.
Part V Common
Elements of the Selection Methods
Choice of the appropriate selection method.
(54)
The Procuring Entity shall determine the appropriate method for selection of
consulting firms by reference to the TOR and the types of and complexity of
tasks to be carried out under the assignment. The need for and timing of
consulting services shall be based on the procurement plan, the approved
expenditure, and the schedule for implementation of the project.
Prior
review by BPP. Section 2 (a).
(55) The
selection methods, procedures and contract award shall be subject to the prior
review thresholds as may be set from time to time by the BPP.
Section
51 (e).
(56)
In cases of national defence and security, selection of consultants may be
subject to such procedures and considerations as prescribed by the BPP.
Thresholds for the Selection Method.
(57)
The application of selection methods, procedures and the award of consulting
contracts shall be subject to monetary thresholds set by the BPP from time to
time.
Request
for Proposals (RfP).
(58)
For all selection methods (except CQ and SS, when only a simplified RfP is
necessary), the Procuring Entity shall prepare a RfP, using the Standard
Request for Proposals and contract documents approved by the BPP.
Contents of the RfP.
(59)
The RfP shall comprise a complete set of documents, including :
(a)
the Letter of Invitation ;
(b) a standard section comprising the Instructions to
Consultants (ITC) on how and when to submit their proposals, complemented by
the Specific Instructions elaborating on the standard instructions and
indicating the specific requirements for the proposed assignment, including the
evaluation criteria ;
(c) Technical Forms to detail the Consultants’ technical
proposal and qualifications ;
(d) Financial Forms, to detail the consultants’ financial
proposal and qualifications ;
(e) the TOR, and
(f) the draft Contract, including the General Conditions
of Contract and the Special Conditions of Contract.
Modifications to RfP.
(60)
Modifications to the ITC of the RfP shall only be introduced through the
Specific Instructions. If the selection is subject to prior review, the
Procuring Entity shall submit the complete set of documents including the RfP
and the draft contract to the BPP for approval before it is issued, and BPP may
request the Procuring Entity to make the necessary modifications to ensure that
the documents are in conformity with the Act or these Regulations.
Selection Criteria. Section 49 (11).
(61)
For all selection methods, including CQS and SS, the consultant shall be
required to submit both technical and financial proposals.
Setting the Technical Selection Criteria in
the RfP.
(62)
The procuring entity shall base its selection of consultants on the following
factors :
(a)
the consultant’s professional qualifications, reliability, professional and
managerial competence, and relevant experience for the assignment ;
(b)
the effectiveness of the proposal in meeting the needs of the Procuring Entity
(thoroughness of the consultant’s methodology, approach, and work plan,
including its comments on the TOR) ;
(c)
the qualifications and expertise of the key staff proposed for the assignment
and whether the majority of such staff are drawn from the permanent staff of
the consultant ;
(d)
the price of the proposal ;
(e) for short lists including international consultants:
the consideration given by international consultants to the inclusion of
domestic consultants in the consulting assignment.
(63) In
accordance with paragraph 41, the Procuring Entity shall for all selection
methods subject to competition (that is except for CQS and SSS), grade the
technical criteria on a scale of 0 to 100 points. This grading scale is
detailed in the Specific Instructions of the RfP. The points attributed to each
evaluation criteria are a function of the importance of each criterion for the
assignment and may be adjusted as necessary.
As an
example, the following range shall be used for domestic short-lists :
See Example p 540 of the word document (Public Procurement Regulation for Consultancy Services
(64) The
allocation of points to the above factors will differ for the type of
assignment. For assignments of detailed engineering and design (example 1),
greater weight shall be given to the consultant’s proven experience and past
performance, and relatively lesser weight shall be given to key staff, because
such assignments are mostly carried out at a consultant’s home office. For an
assignment for construction supervision and implementation services (example
2), the quality of key staff is much more important, since it has a direct
bearing on supervision and management of the works, quality of performance and
quality control, as well as transfer of technology/know-how.
(65) The
Procuring Entity’s Specific Instructions in the RfP may divide the above main
criteria into sub-criteria, each of which shall be awarded subpoints, also
weighted on a scale of 0 - 100 (e.g. for “methodology and work plan”, the
sub-criteria may be “innovation” and “relevance of detail”.) However, the number
of sub-criteria should be kept to a minimum (generally not more than three) to
avoid that the evaluation becomes too mechanical and a “numbers game”.
Sub-criteria are also customary for the proposed key staff (e.g. general
qualifications and experience, adequacy for the assignment, leadership role in
the area of the assignment, knowledge of the region, language proficiency,
etc.).
Types of Consulting Contracts.
(66) When
preparing the RfP, the Procuring Entity shall select the type of contract to be
used for the consulting assignment. The Procuring Entity shall select the most
appropriate one of the standard form of contracts for consultants’ services as
prepared by the BPP.
(67)
These standard form of contracts shall be as contained in Annex 2 :
(a)
Lump Sum Contracts for complex assignments ;
(b)
Lump Sum Contracts for simple assignments ;
(c)
Time-Based Contracts for complex assignments ;
(d)
Time-Based Contracts for simple assignments ;
(e)
Lump-sum and time-based contracts for individual consultants.
Request for Expressions of Interest to be advertised.
Section 46
Section 44 (a), (b).
(68)
The Procuring Entity shall advertise requests for “expressions of interest”
(EoI) from interested firms in at least two widely distributed publications,
the procurement journal, and on the Procuring Entity’s website.
(69)
To enable the Procuring Entity to evaluate the EoI submissions and draw-up a
short list, the Request for EoIs shall list explicit criteria of the assignment
including :
(a) A statement of the subject and main elements of the
assignment and the timeframe for conduct of the assignment ;
(b) stipulations for consultants to provide details
(technical and financial) of the core business of their organization and years
of experience, relevant experience in assignments of similar nature, references
that can attest to successful completion, key personnel available for the
assignment, and any other information that may show the consultant’s ability to
carry out the assignment satisfactorily ;
(c) the name, telephone, fax number, website, e-mail
address and physical address of the Procuring Entity and the responsible
contact person ;
(d) Stating the time for response to the EoI (not less
than 14 days from publication).
Analysis of the EoI and Short-Listing of Consultants.
(70)
The Procuring Entity shall analyze the Expressions of Interest and the
responses of the consultants, dividing the responses into ‘responsive’ and
‘non-responsive’.
(71)
The ‘responsive’ EoIs shall be those which meet or are nearest to meeting the
minimum level of experience or capacity expected of consultants by the
Procuring Entity. A short-list of the best ranking candidates is then drawn up
from the list of responsive EoIs such that there are 6 candidates.
(72)
Contracts estimated to cost less than N250 million, the shortlist can be made
of only national consultants if there are enough qualified firms in that
assignment
Finality
of Shortlists.
(73)
A shortlist shall be drawn up only after the deadline for the submissions of
EoIs. Once the Procuring Entity has drawn up a shortlist no further application
from other firms or individuals shall be considered and the Procuring Entity
shall not add or delete names without BPP’s prior approval.
Joint ventures.
(74)
Consulting Firms may enter into associations with one or more other firms to
enhance their technical capacity. Such associations may be either for the long
term or for a specific assignment.
(75)
Such associations may take different forms and constitute :
(a) a Joint Venture, whereby all members are jointly and
severally liable for the entire contract, and all members are required to sign
the contract with the client ; or
(b) a Subcontracting Arrangement, whereby the lead-firm
assumes complete responsibility for and coordination of the intellectual
services and signs the contract with the client, while the subcontractor only
executes part of the contract assigned to it under specific terms of reference,
and for this purpose signs a subcontract with the lead-firm .
(76)
After the short list is finalized and the RfP is issued, any form of joint
venture, other association, or subcontracting among the short-listed
consultants, as well as with non-short-listed consultants, shall be allowed only
with the approval of the Procuring Entity, and must be communicated in writing
to the Procuring Entity at least 14 days before the Proposal submission date
and in accordance with the provisions of the RfP.
(77)
Non-domestic consulting firms may associate with one or more domestic
consulting firms. However, no Procuring Entity may stipulate conditions which
require mandatory joint ventures or other forms of associations between
specific consulting firms. Procuring entities intending joint ventures between
non-domestic and domestic consulting firms should include a statement to that
effect in the EoI for the assignment.
Letter
of Invitation (LoI) in the RfP. Section 46.
(78)
The Procuring Entity shall ensure that the ‘Letter of Invitation’ (LoI) includes
the following :
(a) the subject of the assignment ;
(b) a statement that the financing of the assignment is
provided for in the budget of the Procurement Entity ;
(c) a statement that the LOI is a formal invitation to
submit proposals to undertake the assignment ;
(d) a statement that a consulting firm shall be selected
on a competitive basis ;
(e) the selection method ;
(f) the details of the Procuring Entity ;
(g) the names of the short-listed consultants ;
(h) the list of the documents attached (Instructions to
Consultants, TOR, Standard Forms for the technical and financial proposals, and
the draft Standard Contract) on the basis of which the proposals shall be
formulated ;
(i) an indication if it is a fixed price consultancy or if
the duration of the assignment may be longer than 18 months, and will be
subject to price adjustment;
(j) the deadline for proposal submission ;
(k) if the submission procedure will include a
pre-proposal meeting ;
(l) a statement that the invited consultants are requested
to respond immediately to the Procuring Entity that they are interested to
submit a proposal for the assignment or that they decline.
Instructions to Short-listed Consultants (ITC) in the
RfP. Section 48.
(79)
All RfPs shall be accompanied by ‘Instructions to Consultants’ (ITC1) and
associated Specific Instructions which shall :
(a) define the procedure, place and period for proposal
submission (between 30-90 days depending on complexity) ;
(b) indicate the proposal validity period (normally 60-120
calendar days). It is important to define a realistic validity period to avoid
that at negotiations the consultant substitutes key staff proposed and
evaluated ;
(c) provide the details needed for responsive proposals,
including the evaluation criteria and respective weights of technical and
financial proposals ;
(d) state the minimum technical quality passing score ;
(e) provide information on the eligibility and association
of consulting firms ;
(f) indicate the language
of communication ;
(g) schedule visits to the project site if required ;
(h) give the date and time of a pre-proposal meeting (in
the case of a complex assignment requiring clarifications on site), and
(i) explain the
procedures for the proposal opening and evaluation, contract negotiations and
contract award, and state clearly that the technical proposal should not
contain any information on the financial proposal.
Draft
Contract to be included in RfP
(Section 48 (1) (xvi).
(80)
Procuring Entities shall adapt the Standard Contracts for consulting services
provided by the BPP and attached to these Regulations as Annex …..
(81)
The draft contract for each assignment
shall be included in the RfP as an annexure.
Contents of the Standard Contract.
(82)
The Standard Contracts shall include the following Clauses :
(a) General Conditions of Contract between
the Procurement Entity and the Consultant, which comprise the standard contract
provisions ;
(b) Special Conditions of Contract, indicating
the requirements specific to the implementation of the assignment.
Modifications to the General Conditions of Contract shall only be introduced
through the Special Conditions of Contract. Different forms of contract are
explained in Annex 2. In the rare circumstances that the Standard Contract is
not applicable, Procuring Entities may use other forms of contract subject to
prior approval by the BPP ;
(c) Contract duration : if a contract is
expected to exceed 18 months, a price adjustment formula shall be included in
the Special Conditions of contact to adjust the remuneration for foreign and/or
local inflation. If price adjustment is indicated in the Specific Instructions
of the ITC, it shall not be part of the financial evaluation.
(d) Clear payment provisions, which shall be agreed upon
during contract negotiations. Payments may be on a lump sum basis (lump-sum
contracts based on outputs) or on a monthly basis (“time-based”
contracts based on actual time spent but limited to a ceiling, which is the
contract price) :
(i) Design and Detailed Engineering shall normally be
remunerated on a lump sum basis.
(ii) Supervision services are time-based contracts.
(e) Mobilization fees: Such advances shall not exceed 15%
of the contract value for national consultants and 10% for foreign consultants.
In all cases advances shall covered by a bank guarantee acceptable to the
Procuring Entity. The mechanism for the recovery of the advance shall be
clearly spelled out in the contract.
Cost estimate
of the assignment.
(83)
Except in the case of the Fixed Budget selection method, the RfP does not
provide the estimated budget cost, only the estimated input of professional
staff time. However, the Procuring Entity shall always prepare its own detailed
cost estimate for the assignment, taking into account the estimated staff time
and prevailing market rates for consultants, and the likely reimbursable costs
such as travel, per diem, office rent, communication costs, computer costs,
report production, printing and dissemination, and insurance. It will need this
cost estimate to compare with the financial proposals. Consultants shall be
free to submit their own estimates.
Procedure for the Rejection of Proposals.
(84)
Procuring entities may reject all proposals submitted by consultants on the
grounds of being non-responsive if :
(a)
None of the proposals meet the objectives of the TOR. In this case, the
Procuring Entity shall improve the clarity of the TOR and issue new requests
for proposals to the same firms or to a newly drawn-up short list.
(b)
All proposals are below the minimum qualifying mark for technical quality. In
this case, the EoI shall be re-advertised and a new shortlist of consultants
other than had earlier responded shall be compiled.
(c)
All financial proposals substantially exceed the budget estimate. In such
cases, the Procuring Entities increase the budget if it is determined that the
costs estimates were too low, or scale down the scope of the services
requested, or cancel the assignment altogether if it is not uneconomical to
continue.
(85) In
all cases where all proposals are subject to rejection, the Procuring Entity
shall first obtain approval of the BPP and thereafter inform the competing
consultants accordingly.
Only one Proposal Received.
(86)
If only one short-listed firm has responded or remains as the only responsive
firm among the proposals received, it may still be considered that a
competitive procedure has taken place. The Procuring Entity may evaluate the
sole consultant’s proposals, and, if satisfactory, invite it for contract
negotiations, or continue with the one remaining candidate to negotiations and
contract award.
Insufficient
Competition.
(87) If
no responses are received within the proposal submission period stipulated in
the RfP, the Procuring Entity shall review the possible causes, and reformulate
the RfP, including the estimated staff-time, or draw up a new short list, or
both, and recommence the procedure. If the procedure is subject to prior
review, the Procuring Entity shall do so after certification by the BPP. If,
after a second call, there is still no response, the Procuring Entity may seek
BPP approval to direct contracting of a qualified firm, based on the original
RfP and submission of satisfactory technical and financial proposals.
Part VI : Procedures for proposal preparation,
submission, opening, evaluation, negotiation,
award and contract signature with firms
Preparation and Submission of the Proposals Section
48(1)-(3).
(88)
Procuring Entities shall allow sufficient time for consultants to submit their
proposals in response to the RfP. Depending on the complexity of the
assignment, the period for submission shall not be less than 30 and no more
than 90 calendar days. Any proposal received after
the closing time for the submission of proposals shall be returned unopened.
Requests for
clarifications by short-listed candidates before submission. Section 47(1).
(89)
Up to 14 days before the proposal submission date, shortlisted candidates may
request clarifications in writing (facsimile or electronic mail) on any of the
RfP documents. The Procuring Entity shall respond to such requests, without
identifying the source, within 7 working days by similar method, and
simultaneously copy the clarification to the shortlisted consultants.
(90)
Procuring Entities shall refrain from communicating with prospective candidates
after publication of the RfP other than as provided for in the Regulations
under this paragraph or in the event of pre-proposal meetings.
Pre-proposal Meeting. Section
47(4).
(91) For
complex consulting contracts, a pre-proposal meeting may be arranged whereby
potential candidate consultants meet with the representatives of the Procuring
Entity to seek clarifications. Minutes of the meeting shall be provided to all
prospective candidates (including those who did not attend) and be duly
recorded in the records of the Procuring Entity. Any additional information,
clarification, correction of errors or modifications of the RfP shall be sent
to each shortlisted candidate in sufficient time before the proposal submission
deadline to enable candidates to take appropriate action. If necessary, the
Procuring Entity shall extend the submission deadline.
Modification of the RfP by
the Procuring entity. Section 47(2).
(92) If
needed or for purposes of the Procuring entity, the Procuring Entity may modify
the RfP by issuing an addendum up to 14 days before the submission deadline.
The Procuring Entity may extend the deadline for proposal submission, and if
the procedure is subject to prior review by the BPP, do so with prior
concurrence of the BPP.
Proposal modification or
withdrawal by the short listed candidate. Section 49(4).
(93) A
candidate may modify or withdraw its proposal prior to the submission deadline
in accordance with the provisions in the RfP.
Currency. Section 46(1).
(94)
Domestic consultants shall express their financial proposals in Naira. If
international consultants are on the short list, they may express their foreign
cost in a convertible international currency; however local costs shall be
quoted in Naira. For purposes of the evaluation and comparison of costs, the
RfP shall state that the source for the conversion of price proposals to Naira
shall be the medium exchange rate of the Central Bank of Nigeria on the
date of proposal submission. The RfP shall indicate that all payments shall be
made in Naira.
Validity of
Proposals. Section 48(1).
(95)
Consultants shall be required to submit proposals valid for a period specified
in the RfP, sufficient to enable the Procuring Entity to complete the
comparison and evaluation of proposals, obtain the necessary approvals from
BPP, if required, so that the award of contract can be effected within that
period. The validity period should normally be from a minimum of 60 to 120 days
from proposal submission through evaluation, contract award and signature,
depending on the complexity of the proposal.
Extension of Validity of
Tenders. Section 31 (b) (c).
(96) If
an extension of proposal validity becomes necessary due to unforeseen
difficulties in the proposal evaluation and award process, the Procuring Entity
shall request the candidates in writing for their agreement before the
expiration of the validity period stated in the Request for Proposals. The
extension shall be for the minimum period required to complete the evaluation,
obtain the necessary approvals and award the contract. If additional extensions
are needed, prior no-objection of the BPP shall be requested stating the reasons
for the requested extension.
(97)
Whenever an extension of the proposal validity period is requested, candidates
shall not be asked or permitted to change the quoted (base) price or other
conditions of their proposal.
Procedures for
Submission. Section 48 (1) and (2).
(98)
The procedures for submission of proposals are described in the Standard RfP.
Proposals shall be :
(a) properly identified by the candidates in order not to
be mistaken with proposals for other assignments ;
(b) signed by a legal person who is authorized to bind the
firm, and :
(c) technical and financial bids shall be delivered
simultaneously at the location indicated in the RfP, in two separate sealed
envelopes, enclosed inside a third sealed envelope, and no later than at the
stipulated time.
(99) No amendment to either proposal shall
be admitted thereafter.
(100)
The Procuring Entity shall register the proposals received, issue a receipt for
them, and verify that each proposal contains the technical and financial proposals
in sealed envelopes. It will place them in a tamper-proof location. Proposals
received after the deadline shall be returned unopened to the consultant.
Proposal opening shall start immediately following proposal submission or if
held at a different location, only with the difference of time needed to
transport the proposals to the opening location.
Appointment or
Evaluation Committee(s). Section 21 (f).
(101)
No later than two weeks before the proposal submission date, the Procuring
Entity shall constitute an evaluation committee of at least 3 experts in the
subject of the assignment, headed by a chair person, to carry out the technical
and financial proposal evaluation. The Procuring Entity shall ensure that the
members of the evaluation committee possess the necessary technical and
financial competence to evaluate the proposals, and include the person who
drafted the TOR and the selection criteria for the RfP2. The
technical and evaluation committees may consist of the same members or be
supplemented by professionals specialized in each field of evaluation. At least
a week before the evaluation starts, the team members shall meet to familiarize
themselves with the background documentation and the evaluation procedures. If
the Procuring Entity does not possess the qualified evaluation staff it should
consider appointing independent experts from other Procuring Entities or hire
individual consultants. For the purpose of evaluation, the Procuring Entity
shall use BPP’s Standard Consultants Proposal Evaluation Report.
Confidentiality
of the Evaluation and Selection Procedure. Section 52 (4).
(102)
The Procuring Entity shall ensure that throughout the evaluation procedure,
information on evaluation results and recommendations shall not be disclosed to
anyone but those officially concerned until the successful consultant is
notified of the contract award.
Proposal Opening. Section 48
(4) (5).
(103)
Immediately following the deadline of the submission of proposals, the
Procuring Entity shall first open the technical proposals. The Procuring Entity
shall prepare minutes of the technical proposal opening for its record and
sends a copy to the BPP. The Procuring Entity shall ensure that the financial
proposals remain sealed and deposited in a safe box with the Procuring Entity’s
designated authority and that no one has access to the financial proposals
until their public opening. The proposal opening procedure is the same for
QCBS, LCS, FBS, and for QBS only as far as the technical proposals are concerned.
A. Evaluation
Procedure for the Quality and Cost Based Selection (QCBS).
Preliminary Examination.
(104) The
technical evaluation committee shall first carry out a preliminary evaluation
to determine if the technical proposals are substantially responsive i.e. by
assuring that :
(a)
the technical proposal has been properly signed, responds to the terms of
reference, responds to all components of the TOR, the CVs of key staff included
with the original copy has been signed
by the individuals and they are
initialed by the consulting firm, and lastly that the technical proposal
is generally in good order.
Rejection on grounds of major
deviation.
(105) If
upon opening a technical proposal a major deviation is found, the technical
proposal concerned will not be further evaluated and shall be marked ‘rejected’
and a statement to that effect made in the technical evaluation report. A major
deviation would have occurred if any one or more of the following situations
arise, i.e.
(a)
if the original copy of proposal has not been signed ;
(b)
the CVs in the original copy have not been signed by the firm and the
individual ;
(c)
the proposal does not respond to the Terms of Reference.
Procuring Entity
may request clarifications after submission of proposals.
(106)
If a Procuring Entity deems it necessary to seek clarifications from a
candidate after technical proposal opening, candidates shall not be asked to
alter their proposals, or to change the substance of their technical proposals.
A Procuring Entity may need to ask clarifications, for example in the event
that some pages of supporting information (CVs) are not initialed, if required
in the RfP, or if the candidate has not sent the required number of copies or
omitted a form. Requests for clarification and the candidates’ responses shall
be made in writing and any discrepancies noted shall be recorded in the
technical evaluation report.
Detailed technical
evaluation.
(107) The
evaluation committee’s team leader prepares a table in the form of a matrix
with rows representing the technical selection criteria to measure the
strengths and weaknesses of each technical proposal using the points attributed
to each criterion in the RfP. The committee members then review the firm’s
relevant experience for the assignment, the firm’s proficiency supported by
written references of successful completion of similar assignments, the
proposed methodology and work plan, the qualifications and proficiency key
staff and their curricula vitae, which it may wish to verify for accuracy and
completeness. Each committee member shall award scores to each technical
criterion stated in the matrix in accordance with the points given in the RfP,
rank the candidate’s technical proposal, and initial the individual evaluation
sheet. Then the committee as a whole shall review the individual scores, and
agree on the ranking of each candidate in accordance with the scores obtained.
Major differences in the individual scores should be discussed and ironed out.
The committee team leader then calculates the average of the individual scores
for each criterion and prepares the combined technical evaluation and ranking
sheet. After verification by the committee members, each member initials the
combined evaluation sheet.
Technical Evaluation Report.
(108) The
committee shall prepare a Technical Evaluation Report describing the evaluation
procedure and attach the minutes of the opening of the technical proposals, as
well as the individual and combined evaluation sheets. The Report is submitted
to the designated authority of the Procuring Entity for approval. If the
assignment is subject to a monetary threshold, the Report shall be submitted to
the BPP with a recommendation for “No Objection”. After approval of the
Technical Evaluation Report by the relevant Approving Authority, the technical
ratings cannot be changed.
Proposals not meeting the
qualifying technical mark. Section 53 (1) (iii).
(109)
Only the proposals of the candidates that pass the minimum technical qualifying
mark will move on to the financial evaluation. All proposals falling below the
qualifying mark or were not responsive shall be eliminated and not given
further consideration.
Financial proposals of
unsuccessful technical proposals.
(110) Not
later than 14 days after the approval/No Objection of the technical evaluation
report, the Procuring Entity shall advise the unsuccessful candidates in
writing of the decision and simultaneously return their financial proposals
unopened.
Invitation for public opening
of the financial proposals.
(111) The
opening of the financial proposals shall be held not later than 14 days
after the technical evaluation is approved by the Tenders Board or the
receipt of the BPP’s No Objection. The Procuring Entity shall advise the successful
consultants of the date and venue of the public opening of the financial
proposals and invite them to attend or send representatives.
Opening of the Financial
Proposals.
(112) The
Procuring Entity shall appoint the same or a different evaluation committee
with qualified professionals to carry out the evaluation of the financial
proposals
(113) The
Procuring Entity shall proceed to the public opening of the financial proposals
by :
(a)
allowing participating consultants to verify that the sealed financial
envelopes have not been tampered with ;
(b) announcing the technical quality scores of
the remaining candidates, and enunciates the price of each financial proposal ;
(c)
Ensuring that attendees representing the candidates sign the register of public
opening.
Minutes Section 51(5).
(114) The
proceedings of the financial opening are recorded in minutes, which shall be
sent to the candidates and published on the Procuring Entity’s website and the
Procurement Journal. A copy is sent to the BPP for information, and later on
attached to the Financial Evaluation Report.
Preliminary examination of
the financial.
(115) The
financial evaluation committee shall first verify if the proposals contain the
required financial forms and if the financial proposal forms are signed. If the submission form is not present or has
not been signed, the proposal shall be rejected.
Detailed Evaluation of
financial proposals.
(116) The
evaluation committee then proceeds to verify :
(a)
If the proposals contain any arithmetical errors, corrects them, and conveys
them to the candidates concerned for review and agreement. If a candidate does
not accept the correction, its proposal shall be rejected ;
(b)
That the financial strength of the firm and its working capital are adequate to
carry out the assignment. For the purpose of
comparing the cost of the proposals, corrected as the case may be, the costs
shall be converted into Naira at the medium exchange rate quoted by the Central
Bank of Nigeria at the date indicated in the Specific Instructions of the RfP ;
(c) That the consultants’ proposed payment terms, required
mobilization fee and other terms agree to the draft Special Conditions of
Contract which is attached to the RfP.
Local Taxes.
(117)
Financial proposals shall generally consist of two components :
(a)
the consultants’ fees, and
(b)
its reimbursable expenses such as travel, office renting and supplies,
translation, report printing and secretarial services. Where the RfP requires
that the Consultants separately identify any foreign or local taxes (indirect
and direct) and customs duties on imported equipment and supplies, these costs
shall not be considered in the financial evaluation because they are difficult
to specify, may be different from consultant to consultant, and would,
therefore, distort the comparability of the proposals.
Financial
proposals to cover technical proposals.
(118)
The committee shall verify that the financial proposal covers all elements of
the technical proposal (in particular the staff time needed to bring the
assignment to a successful completion) particularly to ensure that the
financial proposal adequately reflects the technical commitments and output of
the consultant.
If some
technical inputs are not costed or the staff time needed to carry out the
assignment is clearly underestimated to favor the proposal’s financial rating,
the committee shall adjust the cost of the proposal, using the cost elements of
the proposal concerned or an average cost of the same elements of other
proposals. Such adjustments, as well as any arithmetical corrections, shall be
explained in the committee’s financial evaluation report. If training and
transfer of technology are included in the TOR, the committee shall verify if
sufficient funds have been budgeted in the proposals.
Margin of
preference for domestic consultants. Section 49(2). Financial Scores and
Ranking.
(119)
If a shortlist consists of domestic and international consultants, a Procuring
Entity may apply a margin of preference to the financial proposal of a domestic
consultant in accordance with BPP Regulations, provided the allowance for such
margin of preference was indicated in the RfP.
The
lowest evaluated financial proposal is given a score of 100 and the scores of
the other proposals are calculated by dividing the lowest cost proposal by the
price of the respective other proposals, as follows: Sf = 100 x Fm/F, in which
Sf is the financial score, Fm is the lowest price and F the price of the
proposal under consideration. The evaluation committee finalizes its ranking of
the candidates’ financial proposals accordingly and describes its financial
evaluation procedure in its Financial Evaluation Report.
Combined Technical and Financial Evaluation Report.
Section 51 (6) (vii), (viii).
On the
basis of the technical and financial evaluation reports, the evaluation
committee shall determine the best ranking candidate by applying the weights
attributed to price versus quality as follows: In
case of QCBS, the lowest Financial Proposal (Fm) will be given a financial
score (Sf) of 100 points. The financial
scores (Sf) of the other Financial Proposals will be computed as indicated
above. Proposals will be ranked
according to their combined technical (St) and financial (Sf) scores using the
weights (T = the weight given to the Technical Proposal; P = the weight given
to the Financial Proposal; T + P = 1) indicated in the Specific
Instructions:
S = St X T%
+ Sf X P%
Negotiations.
(120) It
then prepares a Combined Technical and Financial Evaluation Report,
recommending the consultant with the highest combined technical and financial
score for invitation to contract negotiations.
(121) The
negotiating team appointed by the Procuring Entity shall formulate the technical
and financial issues to be discussed at negotiations.
(122) The
purpose of negotiations regarding technical matters shall be :
(a)
to formulate and finalize the Terms of Reference into the scope of services to
be carried out under the assignment ;
(b)
to agree on the methodology and work plan ;
(c)
agree to mobilization arrangements and reporting deadlines ;
(d)
confirm the availability of key staff, make adjustments regarding deliverables and staff time as may be
necessary; Provided the selected firm shall not be allowed to substitute
proposed key staff at the time of negotiations (or at contract award) unless
this is unavoidable due to delay in the selection procedure and a resulting
extension of the proposal validity period.
(123) If
it turns out at negotiations that any key staff proposed is no longer
available, the Procuring Entity may disqualify the consultant. However, if
agreement can be reached on replacing key staff, their qualifications and
experience shall be the same or better than for the key staff originally
proposed.
(124) The
final TOR and the agreed methodology shall be incorporated in the “Description
of Services”, which shall form part of the contract
(125) The
purpose of negotiations regarding financial matters shall be to agree
(a)
on general payment terms
(b)
payments to be made in foreign and local currency ;
(c)
mobilization payments and bank guarantee structure and tenor ;
(d)
taxes (especially a clarification of the consultant’s local tax liability, if
any) ;
(e)
price adjustment formulas, if applicable, and other elements of the Special
Conditions of Contract ;
(f)
The Procuring Entity’s contribution of available documentation and studies,
office space, and counterpart staff time and their responsibilities, shall also
be discussed. However, the TOR, the terms of the contract on the basis of which
the selection process was initiated and the proposal evaluated shall not be
substantially altered. Unit prices, on the basis of which the financial proposal
was ranked, shall not be negotiated.
(126) On
completion of negotiations, the negotiation team prepares a report to the
designated authority of the Procuring Entity, which then proceeds to contract
award, subject to BPP’s “No Objection” where necessary.
Unsuccessful
Negotiations.
Section 52 (3).
(127) If
negotiations are unsuccessful, the Procuring entity shall invite the next best
ranking candidate for negotiations and this procedure continues until the
negotiation stage is successfully concluded. Once negotiations with the next
candidate begin, the Procuring Entity shall not reopen negotiations with the
former candidate.
(128)
After successful completion of negotiations, but subject to “No Objection”
by the BPP, where necessary, the Procuring Entity shall promptly proceed with
the award of the contract to the successful candidate by sending it a ‘Notice
of Acceptance’, and inviting it for contract signature. This procedure must be
concluded within the period of proposal validity or the extended proposal
validity. The Procuring Entity shall also notify the other shortlisted
candidates who passed the technical minimum mark that they were unsuccessful.
B.
Evaluation Procedure for the Quality Based Selection (QBS).
Use of the QBSSection 52 (1).
(129)
The Procuring Entity shall apply the QBS method when :
(i) the high degree
of technical quality of an assignment is of overriding importance because of
its high supplementary impact on the
successful outcome of the project and made the main focus of the competition ;
(ii) the scope of the assignment is difficult to determine
and requires innovation, or ;
(iii) different technical approaches are possible making
price comparison difficult.In all these cases, the price is of secondary
importance and usually negotiated with the best ranking technical candidate.
Examples are the construction of a large dam or a building with special
architectural requirements, consultants assistance for privatization of complex
public assets (petrochemical industries, utilities), or management advice where
the outcome is of critical importance for the success of public sector
efficiency (major institutional reforms).
Conduct of QBSSection 52 (2).
(130)
The Procuring Entity may choose either of the following procedures to conduct
Quality Based Selections :
(a) The RfP invites for technical proposals only and
invites a financial proposal from the candidate with the best ranking technical
proposal. After evaluation of the financial proposal it invites the candidate for
contract negotiations ; or
(b) The RfP invites for technical and financial proposals
in separate envelopes at the same time, but only opens the financial proposal
of the best ranking technical candidate, which it then negotiates to conclude a
contract. If negotiations are unsuccessful, the financial proposal of the next
best ranking candidate is opened and negotiated, and so on till a satisfactory
contract is concluded. The remaining financial proposals should be kept sealed
in a safe box and returned unopened to the unsuccessful candidates.
(131) The RfP preparation and the evaluation and selection
procedures are otherwise the same as for QCBS.
C.
Evaluation Procedure for the Least Cost Selection (LCS)
Least Cost Selection (LCS).
(132)
A Procuring Entity may apply the Least-Cost Selection method for smaller (less
than x25 million) assignments, or assignments of standard and routine nature
with well-established practices, where TOR can be easily defined, such as
standard financial audits and simple engineering. The procedure is based on
comparability of technical proposals and least cost. . When applying this
method, the Procuring Entity shall issue the RfP and carry out the evaluation
of technical and financial proposals as under QCBS. This method does not
include weighting quality versus price. Following technical evaluation, the
Procuring Entity shall retain only those firms that obtained the minimum
technical score. As for QCBS, the Procuring Entity shall proceed to public
opening and evaluation of the financial proposals of those candidates who
scored the minimum technical score only. Following financial evaluation, the
candidate with the lowest evaluated financial proposal is invited for
negotiations. If agreement is not reached, the candidate whose financial
proposal is ranked second lowest shall, in turn, be invited to negotiate and so
on, until a satisfactory agreement is reached with next best ranked candidate.
D.
Fixed Budget Selection (FBS)
(133)
A Procuring Entity may apply the Fixed Budget Selection procedure for simple
assignments where TOR and staff input can be precisely defined, and where the
cost cannot exceed a fixed budget amount. The RfP shall state the fixed amount
in the Specific Instructions. Candidates shall be requested to provide their
best technical and financial proposals in separate envelopes, as under QCBS,
with cost figures that shall not exceed the budgetary limit. For this purpose,
the Procuring Entity shall prepare the TOR carefully and make a detailed
internal cost estimate, to ensure that the budget is sufficient to carry out
the requested assignment. The Procuring Entity shall proceed with the opening
and evaluation of the technical proposals as under QCBS. At the public opening
of the financial proposals of the technically qualified candidates, the
financial proposals shall be read out aloud and the proposals that exceed the
budgetary limit shall not be further evaluated. The Procuring Entity shall
select the candidate who has submitted the highest ranked technical proposal
within the budget limit for contract negotiations, award and signature subject
to any necessary BPP certification.
E.
Consultants Qualifications Selection (CQS)
Consultants Qualifications Selection (CQS)Section 52
(1).
(134)
A Procuring Entity may apply the CQS method for small (less tnan x25 million)and unique assignments, mostly with a short
duration;
(a) when a comprehensive selection procedure
is not justified ;
(b) when the time and cost of examining and
evaluating a large number of proposals are disproportionate to the value of the
services requested ;
(c)
when a firm’s specialty meets the unique criteria for a particular assignment
for which there are few specialist firms available, and
(d) when it is in the interest of national defence and
security.
(135)
Under the CQS method, the Procuring Entity shall first prepare the TOR. Next,
the Procuring Entity shall advertise to request expressions of interest. The
request shall indicate the main elements of the assignment taken from the TOR
and ask for information on the consultants’ qualifications, experience and
proven competence in the area of the assignment. After review of the
expressions of interest and information received, the Procuring Entity shall
select the most suitable candidate and request it to submit a combined
technical-financial proposal on the basis of a simplified RfP including
detailed TOR. An evaluation committee of the Procuring Entity shall evaluate
the technical and financial proposal, make its recommendations for contract
negotiations, and submit them to the designated approving authority. Once
approval is obtained, the Procuring Entity shall proceed to negotiations and
contract signature.
F.
Single Source Selection (Direct Contracting) – (SSS)
(136)
A Procuring Entity may with the express written approval of the BPP, request a
single firm to prepare technical and financial proposals based on a simplified
RfP with detailed TOR, and, following BPP certification negotiate a contract.
Since direct contracting does not have the benefits of competition and
comparative analysis, the Procuring Entity shall take all cautionary measures
to ensure that the principles of economy, efficiency and transparency are
respected.
Section 47 (3) (iii).
(137)
The following circumstances may warrant single source selection :
(a)
Emergency situations arising from natural disasters or a financial crisis or
other sudden unpredictable events of national consequence requiring immediate
expert advice. However, sudden requirements for expertise that are caused by
lack of or inadequate procurement planning shall not be justified as emergency
situations.
(b)
Small value, i. e. less than N1.0m ;
(c)
advice of a proprietary nature where a sole firm has the only expertise ;
(d) continuity of similar services, where the
original contract was awarded competitively following short listing, e.g. for
assignments of “downstream work”, such as detailed engineering after the
feasibility study, or supervision of implementation after detailed engineering.
However, if the initial RfP, including the selection procedure, and the
contract did not provide for possible downstream work, a normal competitive
selection procedure shall be followed for the downstream activity, whereby the
incumbent consulting firm may be included in the short list, provided it
completed its upstream work satisfactorily and expresses interest ;
(e) It is in the interest of national defence and
security.
G.
Selection of Special Types of Consultants.
The
following special types of consultants may be needed for particular
assignments. Their use is identified during project preparation or as a result
of a federal development policy program, or programs associated with national
or international development organizations or activities.
Use of Financial Institutions.
(138)
A Procuring Entity may decide to use the services of Financial Institutions
(Investment Banks, Commercial Banks, Financial Management Firms, or
Privatization Consultants) for advice in the privatization of public assets or
assistance in the privatization process itself. Selection shall be by QCBS
method. Selection criteria may include experience in similar assignments,
having a network of potential purchasers, or past results in assets sold. When the
assignment is for advice only, the selection shall be based on the normal
comparison of quality and cost (“retainer fee” and reimbursable expenditures).
If, in addition, the assignment includes assistance in privatization, the RfP
and the selection procedure may be based on a “success fee” proposed by
competing consultants on the basis of their individual estimate of the likely
sale value of the assets, described in the RfP. Under this alternative, if the
consultant passes the minimum qualifying technical mark, the success fee may be
the only price element of competition, while the fee and the reimbursable cost
are fixed amounts. Pre-proposal visits to the site (with minutes signed by
participants) may be required to provide sufficient information to competing
consultants in order to obtain responsive proposals and to avoid ambiguities
during the evaluation procedure.
Use of Procurement Agents.
(139)
For complex project activities, where the Procuring Entity lacks the necessary
procurement capacity, BPP may direct that it contract a procurement agent to
handle the procurement on behalf of the Procuring Entity. For the selection the
Procuring Entity shall follow the QCBS method. The contract shall
provide that the procurement agent will be paid a fixed fee or a percentage of
the contracts that will be procured. If the contract is only for procurement
advice, payment terms may be a fixed fee or on the basis of a “time-based”
contract (number of staff-months) with a ceiling price. Since the work is
fairly routine, the price competition may be increased in the selection criteria
of the RfP by setting the proportional weight given to the cost of the
assignment and the technical quality of the proposal at 50 points each
Use of Non-Governmental Organizations (NGOs).
(140)
For social type of development projects, where the knowledge of the local
community is paramount for the success of the project, or in cases where the
contribution of civil society is needed, Procuring Entities may decide to use
non-governmental or non-profit organizations (NGOs). Procuring Entities shall
use the QCBS selection method for larger assignments, but for smaller
assignments the CQS method may be applied. The normal procedures for
advertising for expressions of interest and shortlisting shall be followed. The
RfP should include criteria to ensure that NGOs are qualified and possess
proven success rates in their field of competence (especially for social
services). NGOs may be included in the short list if they express interest.
Single source selection may be appropriate, subject to the Procuring Entity’s
internal review procedures and BPP “no-objection” if the program activity is
subject to prior review.
Part VII Selection of Individual Consultants
(141)
When a Procuring Entity needs individual technical advice or assistance it may
want to select individual consultants with the experience and qualifications
necessary for a particular assignment. This type of services may include :
(a) preparation of TOR ;
(b) updating or revision of feasibility
studies ;
(c) preliminary engineering designs of smaller projects
;
(d) technical assistance in economic and
sectoral planning, institutional reorganization and management ;
(e) assistance in procurement planning,
preparation of bidding and proposal documents, and the evaluation of bids for
goods and works and consultant proposals ;
(f) technical assistance in project
management, supervision or completion reports ;
(g) training.
(142)
Procuring Entities may advertise the assignment in order to receive expressions
of interest. However, they may constitute a short list from their available
database and approach the individuals directly by sending them the TOR.
Selection shall be carried out through comparison of the qualifications of at
least six suitable candidates. Regulations of the Procuring Entity for
evaluation and approval of candidates shall apply. Criteria shall be academic
background, experience, specific knowledge and verifiable references for
successful completion relevant for the assignment. If quality of the assignment
is paramount and the expertise rather rare, selection shall be done on the
basis of quality only. When the expertise for an assignment is more generally
available, fees may be negotiable depending on market conditions and
availability of the individuals. For
assignments of more than 6 months, an interview of the candidates must be
carried out before final selection is made.
(143)
Evaluation Criteria
Procuring
Entities shall apply the following technical scores, which may vary according
to the type of assignment, in the selection of individual consultants, as shown
in the example below :
Evaluation
Criteria Points
General Qualifications (Education, .. .. .. .. 10
Working Experience ... .. .. .. .. .. 15
Adequacy
for the assignment
(applicability
of experience) .. .. .. .. 65
Relevant
Experience .. .. .. .. .. 5
Communication
Skill, Compuer Skill, etc .. .. .. 10
(144) For
a competitive selection of individual consultants, the Procuring Entity shall
use BPP’s standard Letter of Invitation (LOI) and contract for individual
consultants. If the consultants are selected on a competitive basis using
quality only, the Procuring Entity shall contact the consultant with the
highest technical score and if available negotiate the fee and other terms and
conditions. If selection takes place on the basis of quality and cost
comparison, the Procuring Entity shall offer the contract to the consultant
with the highest combined score.
(145)
Procuring Entities may contract individual consultants directly in exceptional
cases, such as :
(a)
tasks that are a continuation of previous work of the consultant, for which the
consultant was selected ;
(b)
assignments lasting less than six months ;
(c)
emergency situations resulting from natural disasters or a financial crisis or
similar events ;
(d)
when there are only few or no other consultants available with the required
expertise.
Section 17 (13) (14).
(146) In
such case, the Procuring Entity shall send the consultant the LoI with the TOR
and conditions of contract, negotiate the fee if necessary, and sign the
contract.
Schedule 1 Review and Approval of Consultants Selection
Review
of Selection Procedure
(1) For all selection
methods subject to prior review in accordance with thresholds
[specified below…] [announced separately in BPP Procurement Notes], BPP
shall fulfill the review function. For this purpose, BPP shall
review the selection procedures proposed by the Procuring Entity, including
advertising, the Terms of Reference, the Request for Proposals, and the
planning of the procurement process, for conformity with the Regulations and
the Procurement Law. The Procuring Entity shall promptly inform BPP of any
delay, or other changes in the implementation of the procurement plan regarding
the selection procedure, and agree with BPP on corrective measures.
(2)
Internal Procurement Review at the Procuring Entity
(3) The Approving
Authority of a Procuring Entity is the Tenders Board by
delegation of the Minister where it concerns a Ministry or by delegation of the
Chairman where it concerns a Public Enterprise.
(4)
The Procurement Unit (PU) of a Ministry or a
Public Enterprise prepares all procurement documents, including procurement
plans, in collaboration with the project and budget units, and prepares
requests for approvals and no-objections on behalf of the Tenders Board.
(5)
The Procurement Planning Committee (PCC), which
is composed of representatives of various departments in a Ministry or Public
Enterprise, reviews if procurement plans meet the needs and budget of the
Ministry or the Public Enterprise and tenders are on schedule with the needs
assessment.
(6)
Before Proposals are invited, the Procuring Entity shall furnish to
BPP for its comments, the Request for Expressions of Interest and the draft
Terms of Reference, the proposed shortlist and draft Request for Proposals,
including the evaluation criteria; and the conditions of contract, and shall
make such modifications in the said documents as BPP shall reasonably request.
Any further modification shall require BPP’s approval before it is issued to
the shortlisted candidates.
(7)
For the evaluation of proposals, the Procuring Entity shall use
BPP’s Standard Proposal Evaluation Report.
(8)
After proposals have been received and evaluated, the Procuring Entity shall,
before a final decision on the award is made, furnish to BPP in sufficient time
for its review, the technical evaluation report (prepared, if BPP shall so
request, by experts acceptable to BPP), together with the recommendations for
the candidates who passed the qualifying technical mark and whose financial
proposals will be evaluated. The technical evaluation report to BPP shall be
accompanied by the three best ranking technical proposals. The Procuring Entity
shall also request BPP’s no objection, if the technical evaluation report
recommends rejection of all proposals.
(9)
When BPP determines that the technical evaluation is inconsistent with the RfP
and the approved procurement procedures, it shall promptly inform the Procuring
Entity and state the reasons for such determination. Otherwise, BPP shall
provide its no-objection and authorize the Procuring Entity to proceed with the
opening and evaluation of the financial proposals, when it concerns a selection
based on quality and price (QCBS, LCS, FBS), or give its “No Objection” to
invite the candidate with the best ranking technical proposal to submit a
financial proposal (QBS), or to open and evaluate the financial proposal of the
candidate with the best ranking technical proposal (QBS). The “No Objection”
to the technical evaluation report will also authorize the Procuring Entity to
proceed with negotiating a contract with the firm obtaining the highest
combined technical and financial scores
(10)
Upon BPP’s no-objection, the Procuring Entity shall invite the selected firm
for negotiations, with the intention to award the contract to the firm if
negotiations are successful. If there are no or only minor changes in the draft
contract issued with the RfP, the Procuring Entity and the selected candidate
may negotiate the contract by facsimile or electronic mail. After successful
negotiations, the Procuring Entity and the successful firm will initial the
draft contract and submit the initialed contract to BPP for “No Objection”
to sign the contract.
(11)
If the Procuring Entity requires an extension of bid validity to complete the
process of evaluation, obtain necessary approvals and clearances and to make
the award, it should seek BPP’s prior approval for the extension of the
proposal validity period.
(12)
If the Procuring Entity receives protests or complaints from candidates about
the evaluation, the Procuring Entity shall send a copy of the Procuring
Entity’s response to BPP for information.
(13)
The terms and conditions of a contract shall not, without BPP’s prior approval,
materially differ from those on which proposals were issued.
(14)
In all cases, also those not requiring prior review, the Procuring Entity will
send one conformed copy of the contract to BPP promptly after its signing.
(15)
The Procuring Entity shall publicly disclose in its website, the procurement
journal and the website of the BPP, the description and amount of the contract,
together with the name and address of the successful candidate, and ensure that
the signed contract is duly recorded and filed.
(16) Below the Prior
Review thresholds, In all cases below the prior review thresholds of
the BPP, the Procurement Unit shall prepare the selection documents for
submission to the Tenders Board or Accounting Officer depending on the value of
the procurement..
(17) Post Procurement
Review
The
BPP shall order an annual Independent Procurement Review by independent
consultants to verify compliance with the Regulations. The results of the post
reviews shall be shared with the Auditor General and the Accountant General.
(18) Amendments,
Modifications or Extensions
If
an amendment to the contract, or change order, or extension would increase the
original amount of the contract price by more than 15%, or if any other major
modification is needed to complete the contract, prior BPP no-objection is
required. BPP has the right to approve or reject such changes, and in the
latter case, to propose alternative less costly modifications or recommend a
reduction in the scope and size of the contract.
Schedule
2 Types of Consulting Contracts
1.
Standard Contract
Forms
Procuring
Entities shall use the following Standard Contracts for Consultants Services
prepared by BPP :
(a)
Lump Sum Contracts for complex assignments ;
(b) Lump Sum Contracts for simple assignments ;
(c) Time-Based Contracts for complex assignments ;
(d) Time-Based Contracts for simple assignments ;
(e) Lump Sum and Time-Based Contracts for Individual
Consultants
2. In the rare circumstances that the Standard
Contract is not applicable to a specific consulting assignment, a different
contract form may only be used with BPP’s prior agreement.
3. For
all contract forms, the main contract provisions are described in the General
Conditions of Contract, which are standard and shall not be changed. Provisions
that are specific to the assignment and any modifications to the General
Conditions of Contract are detailed in the Special Conditions of Contract. Provisions of the General Conditions of
Contract can only be modified through the Special Conditions of Contract. The
Standard Contract, including the Special Conditions of Contract, shall always
be part of the RfP.
4.
All Contracts for Consulting Services, whether standard or otherwise, shall
contain provisions for the following important elements or requirements.A Preamble explaining
the Procuring Entity’s need for the services and confirming the readiness and ability of the
consultant to render such services
(a) A list of the documents constituting
the Contract
(b) Definitions and Interpretations of
the basic terms used in the Contract.
(c) The date for commencement and
the time for completion of the services.
(d) Postponement and Termination of
the Contract, upon notice by the Procuring Entity or in case of force majeure, and the ensuing rights and
liabilities of each party.
(e) Entry into force of the Contract.
(f)
Modification of the Contract.
(g) The rights, obligations and
liabilities of the parties, including circumstances of indemnification by one party to
the other.
(h) Changes in the status or
organisation of the consultant during the course of the Contract.
(i)
Clarification of taxation requirements applicable to the consultant in the country where the project is
located.
(j)
Identification of the insurances that must be taken out by the consultant.
(k) Ownership of the material prepared
by the Consultants.
(l) The consultant’s personnel and any
counterparts of the Procuring Entity.
(m) Assignment of the services or
any part thereof to subconsultants.
(n) Remuneration of the consultant and
the method of payment.
(o)
The procedure for settlement of disputes.
(p) The language of the Contract and
the applicable law.
(q) The addresses
of the Procuring Entity and the Consultant for the purpose of formal notices.
5. Lump Sum (Fixed Price) Contract
Under
Lump Sum Consultancy Services, the candidate firm includes its total
remuneration (fees) on the basis of the estimated input of its personnel, along
with the cost of the inputs (reimbursables) to carry out the services. The
services are paid on the basis of the agreed payment schedule in accordance
with set milestones (deliverables) of the progress of the services, usually
associated with reports. Lump sum contracts are used mainly for assignments in
which the content and the duration of the services and the required output of
the consultants are clearly defined. They are therefore easy to administer. As
a general rule, contracts for assignments that provide for the production of
regular reports are lump-sum based. Feasibility studies, design and detailed
engineering services or standard accounting services are also contracted on a
lump sum basis. The contract includes the agreed breakdown of the cost
components. If the lump-sum contract is subject to price adjustment, the
financial forms of the RfP should include the table asking for the detailed
breakdown of the remuneration of the consultant, which shall be used to
calculate the increase in the remuneration according to an agreed price
adjustment formular which takes into consideration inflation rates local/international
price adjustment formular should be included in all contracts with a duration
of over 18 months.
6.
Time-Based Contract
Time-based
contracts are used when the scope and length of services are difficult to
determine, either because the services are linked to activities of other
parties in the project or because the inputs by the consultants to reach the
objectives are spread over time. As a consequence, even though the contract may
provide for periodic reports, the time spent is subject to variables that
cannot be precisely estimated for the whole assignment. Therefore, the actual
time spent becomes the main measurable cost element of the assignment. Payment
is based on the agreed time-based rates for the consultant’s staff as detailed
in the relevant remuneration schedule of the contract, complemented by the
agreed reimbursable items.7. The
time-based rates concern the staff month rates including all salaries, social
benefits, costs, overheads and profits. The reimbursable costs are separate and
will be paid according to unit rates and/or actuals. Consultants are required
to keep time-sheets of the actual time spent and submit their invoices on that
basis, which may be audited accordingly. The contract price agreed is included
in the contract as the “ceiling amount” of the total payments to be made
to the consultants. Usually, the contract requires the consultant to advise the
Procuring Entity when it reaches 80 % of the ceiling price. This permits the
Procuring Entity to make a judgment if the contract can be completed as
envisaged, or if the scope of the assignment needs to be reduced to stay within
the budget, or if an increase in the costs needs to be negotiated. The ceiling
amount should include an allowance for contingencies to cover unforeseen work
and expenses and a provision for price adjustment where appropriate.
8. Time
based contracts are mostly suited for supervision services of works, lengthy
studies with multiple components and inputs, longer term technical assistance
or training, and management contracts.
Schedule
3 Information for Consultants on the content of the Request for Proposals
Standard
Request for Proposals (RfP)
The
RfP is a standard document issued by the BPP, which covers the majority of
consulting assignments. It includes the standard “Instructions to
Consultants” (ITC) and the “Specific Instructions”, which consists
of line-item modifications to the standard clauses to adapt the ITC to the
specific requirements of the assignment. If under exceptional circumstances,
the Procuring Entity needs to amend the standard ITC, it shall do so through
the Specific Instructions attached to the ITC and not by amending the main
text.
Standard
Contracts
The
standard contracts (see Annex 2) issued by the BPP consist of the General
Conditions of Contract, which are not changed, and the Special conditions of
Contract, which consist also of line-item modifications of the standard section
to specify the agreements reached during contract negotiations regarding the consulting
assignment, including advances, payment arrangements, tax liabilities and reporting schedules. It also
contains important annexes regarding the agreed Description of Services (which
is the final version of the Terms of Reference agreed during contract
negotiations), the breakdown of costs, the agreed fixed rates, and the list of
key staff.
Contents
of the RfP
Section 46 (1)
(2)
The RfP shall include adequate information on
the following aspects of the assignment :
• The name and address of the Procuring Entity
:
• A requirement that
the proposals are to be prepared in the English language
• The names of the
shortlisted consultants that were selected after the analysis of the
Expressions of Interest received, and to whom the RfP will also be sent ;
• a request to the
shortlisted candidates in the introductory Letter of Invitation, which is part
of the RfP, to acknowledge promptly receipt of the RfP, and to inform the
Procuring Entity whether or not the candidate will submit a proposal ;
• a description of the
assignment, including the nature, required characteristics, and location of the
services to be procured, and when they are to be provided ;
• a statement that the
Procuring Entity reserves the right to reject proposals without obligation ;
• a
statement that if a
short-listed firm (or the firm
with which it will be associated)
combines the functions of consultants with those of contractor, or if it is
associated with a manufacturer or is a manufacturer with a department or
design office offering services as a consultant, the shortlisted candidate is
required to include in its proposal all relevant
information on such relationship, along with a statement to the effect that it
shall limit its role to that of a consultant, and that neither the firm nor its
associates/affiliates shall participate in the project in any other capacity ;
• the deadline for
submission of proposals. Any proposal
received after the submission deadline shall be returned unopened, and this is
not negotiable regardless of the circumstance ;
• if based on the Quality Based
Selection (QBS), Quality and Cost-Based Selection (QCBS), Least-Cost Selection
(LCS) or Fixed Budget Selection (FBS) method, the
proposal must be divided into a separate
technical and a financial proposal ;
• the RfP shall include standard forms to
complete the technical and financial proposals, and clearly state that the
technical proposal shall not provide any price information, subject to proposal
rejection ;
• information on whether associations between
short-listed consultants are acceptable (usually this is not the case to avoid
limiting the competition or collusion among the candidates). Conditions for
subcontracting part of the assignment are also stated ;
• the procedure on how clarifications are
permitted about the information given in the RfP ;
• the names and contact information of officials
to whom clarifications shall be addressed and with whom the consultants’
representative shall meet, if necessary ;
• reference to any laws in Nigeria that may be
particularly relevant to the proposed consultants’ contract, including the
requirement that the proposal is to be expressed in Nigerian currency and for
international proposals, that the local costs are to be expressed in Nigerian
currency ;
• a statement that the firm and any of its
affiliates shall be disqualified from providing downstream services under the
project if, in BPP’s judgment, such activities constitute a conflict of
interest with the services provided under the assignment, or, conversely, that
the assignment includes a possible contract for downstream work, as detailed in
the RfP; in the latter case, a statement that the RfP provides a phasing of the
assignment and candidates are usually requested to make indicative proposals
for the downstream work ;
• details of the selection method to be
followed, including the criteria and procedures for the evaluation of the
qualifications of the consultants, including weights given to each criterion,
and the relative weights for quality and cost in the case of QCBS, or lowest
cost and quality (LCS) or quality and cost within a fixed budget limit (FBS); a
statement if a margin of preference will be applied for shortlists consisting
of domestic and international consultants ;
• the RfP shall include the details on the
public opening of financial proposals and the financial evaluation ;
• the minimum technical qualifying mark
necessary for a proposal to move to the financial evaluation (QCBS, LCS, FBS) ;
• an estimate of the level of key staff inputs
(in staff-months) required of the consultants; minimum experience, academic
achievement expected of key staff ;
• information if advances are allowed, what the
requirements are for bank guarantees covering the advance, the modalities for
reporting and payment arrangements ;
• information on contract negotiations, and
financial and other information that shall be required of the selected firm
during negotiation of the contract ;
• the period for which the consultants’
proposals shall be held valid (normally 60-120 days) and during which the
consultants shall undertake to maintain, without change, the proposed key
staff, and shall not increase the rates and total price proposed ;
• in case of extension of the proposal validity
period, the right of the consultants not to maintain their proposal ;
• a statement indicating whether or not the
consultants’ contract and personnel shall be tax-free or not; and if not: what
the likely tax burden will be or where this information can be obtained, and a
statement requiring that the consultant shall include in its financial proposal
a separate amount clearly identified, to cover taxes ;
• if not included in the TOR or in the draft
contract, details of the services, facilities, equipment, and staff to be
provided by the Procuring Entity.
Specific
Aspects of the Technical Proposal
The
technical proposal must cover the following information and evidence :
• background, organization and experience of
the shortlisted firm ;
• a list of similar
assignments undertaken by the firm, at least during the last 3 to 5 years.
Similar information regarding the associated
firm or firms must also be submitted ;
• proposed technical
approach and work program including :
o comments on the
Terms of Reference ;
o the
general approach proposed for carrying out the work plan, including the
organization and time-schedule of the proposed services ;
o a
bar chart indicating clearly the estimated duration
(separately, in the home office and in the field) and the probable timing of
the assignment of each professional to be
used as well as estimates of the number of man-months to be allocated by
each professional ;
o detailed
description of the specific tasks to be assigned
to each member of the proposed team ;
o in
case of an association, details of the agreement defining the role of each firm
and the mutual relationship.
• Name, age,
nationality, background, education, employment
record and detailed professional experience of each professional to be assigned for providing the services.
• Arrangement for
office space, vehicles, office and field; equipment
etc. required for carrying out the services.
Evaluation
of the technical proposals
The
technical evaluation will be based among others on the following criteria :
o general
experience of the firm and particular experience in the sector concerned, years
of experience and proven verifiable results
o responsiveness
to the TOR and thoroughness of the approach and work plan ;
o qualifications
and expertise of key personnel ;
o other
aspects such as transfer of knowledge, training program, participation of
domestic consultants in international proposals (if requested in the RfP)
Specific
Information on the Financial Proposal
The
financial proposal provides details on the
following, both in the case of a lump sum or time-based assignment (staff-month rates plus reimbursable costs) :
• the
currency in which the costs of services shall be converted, compared (Naira at
the medium exchange rate of the Central Bank of Nigeria at the date of financial
proposal opening), and paid ;
• a breakdown of all
time-based rates, including basic salaries, benefits, allowances, local taxes,
overheads etc. The proposal must also give an estimate of the cost of any
reimbursable items such as per diem, office space, equipment, travel and
transportation ;
• a breakdown of the
individual items of expenditure in local cost for domestic proposals or foreign
and local currency cost for international proposals ;
• Final evaluation
will be based on the cost of the financial proposal. For Quality and Cost Based
Selection, the weight of the technical and financial proposals is usually based
on a proportion of 80-20 points;
• Proposals should
remain valid for a period of 60 to 120 days from the date indicated in the RfP,
depending on the complexity of the assignment.
Schedule
4 Information to Consultants on the Selection Procedure
This
Annex provides information to Consultants, both firms and individuals,
interested in participating in the procurement of consulting contracts.
Procuring
Entity’s Role
The
Procuring Entity is responsible for the selection and employment of
consultants. It invites, receives, and evaluates proposals and awards the
contract. The standard Request for Proposals (RfP) and the terms and conditions
of the standard contract between the Procuring Entity and the Consultant define
the rights and obligations of each contracting party.
The
Procuring Entity reviews the procurement procedures, documents, Tender
evaluations, award recommendations and the contract to ensure that the process
is carried out in accordance with agreed procedures and administers the
contract during execution.
Role
of the Bureau of Public Procurement (BPP)
Section 5, 6.
The Council sets thresholds for
the prior review of public procurement launched by Procuring Entities, and for
contracts subject to “prior review” the BPP reviews the documents for their
correctness before the Procuring Entity issues them, and issues “Certificates
of no-objection for contract award”
If
at any time in the procurement process, the BPP concludes that the agreed
procedures were not followed in any material respect, or if the “no objection”
was issued on the basis of incomplete, inaccurate or misleading information,
the BPP may declare mis-procurement.
The
BPP has the power to blacklist/debar any supplier, contractor, or service
provider that contravenes the Procurement Act or the Regulations made pursuant
to this Act, and to maintain a list of firms and persons that have been
blacklisted/debarred from participating in public procurement, and to publish
this list in the Procurement Journal.
If
the BPP determines the engagement in corrupt or fraudulent practices by
representatives of the Procuring Entity or of the Tenderer, the BPP may impose
or cause to be imposed the applicable sanctions in the Procurement Act.
The
BPP publishes the details of major contracts in the Procurement Journal and on
its website.
The
BPP publishes Standard Proposal Documents (SPDs) for various types of
consultant selection. The Regulations require that the Procuring Entities use
these documents, with minimum changes as necessary to deal with
project-specific aspects.
Information
on the Selection of Consultants
Invitation
on opportunities for consulting assignments may be obtained from the BPP
Procurement Journal, its website or the websites of the Procuring Entities. In
addition, advertisements for expressions of interest are placed in leading
national newspapers and widely used international newspapers for international
shortlists.
Consultants’
Role
When
consultants receive the RfP, and they decide that they can meet the
requirements of the TOR, as well as the commercial and contractual conditions,
they should make the arrangements necessary to prepare a responsive proposal
(for example, visiting the country of the assignment, seeking associations,
collecting documentation, setting up the preparation team).
If
the consultants find in the RfP documents - especially in the selection
procedure and evaluation criteria - any ambiguity, omission or internal
contradiction, or any feature that is unclear or that appears discriminatory or
restrictive, they should seek clarification from the Procuring Entity, in
writing, within the period specified in the RFP. Consultants should ensure that
they submit a fully responsive proposal including all the supporting documents
requested in the RfP. It is essential to ensure accuracy in the curricula vitae
of key staff submitted with the proposals. The curricula vitae should be
signed by the individuals and dated and signed by the proposing firms.
Noncompliance with important requirements may result in rejection of the
proposal. Once the technical and financial proposals are received and opened,
consultants shall not be required nor permitted to change the substance and the
key staff or to change the quoted fee. Minor modifications may be made at the
stage of negotiations in accordance with the provisions of the RfP.
Confidentiality
The
procedure of proposal evaluation shall be confidential until the contract award
is notified to the successful firm. Confidentiality enables the Procuring
Entity and BPP to avoid improper interference or the perception of it. If,
during the evaluation procedure, consultants wish to bring information to the
notice of the Procuring Entity, BPP, or both, they should do so in writing in
accordance with the provisions of the RfP.
Complaints
The
Procuring Entity is responsible for the selection and award procedure and
candidates should address themselves to the Procuring Entity for any queries,
issues and possible complaints. In the case of a complaint regarding a specific
selection procedure, such complaint should first be introduced in writing to
the Procuring Entity, in accordance with these Regulations.
Information
on contract award
Information
on contract award will be published in the procurement journal and on the
websites of the Procuring Entities concerned and the website of the BPP. If,
after notification of award, a consultant wishes to ascertain the grounds on
which its Proposal was not selected, it should address its request to the
Procuring Entity. If a discussion is arranged, only the Proposal of the
consultant can be discussed and not the Proposals of other consultants who
participated in the selection.
Schedule
5 Procurement Filing
Section 40.
1. The experience is that lack of an efficient
filing system causes long and costly delays in the search for documents at
critical moments when procurement, Independent Post Reviews are needed by BPP,
or procurement audits are required by the Auditor-General. BPP will issue
Regulations separately on maintaining an
elements of records of procurement proceedings :
• Description of the
goods, works or consulting services requested, usually in the invitation to
tender (for goods and works) or the request for proposals for consulting
services)
• Document prescribing
the selection of the tender method or consultant selection method and the
reason for this.
• Lists of tenderers
who submitted tenders or proposals, with names and addresses, usually obtained
from the registration of tender or proposal submissions and from the minutes of
opening of tenders and proposals.
• Minutes of tender
and proposal opening, with recording of prices· Tender
and proposal evaluation reports.
• List and summary of
clarifications asked during prequalification, tender/proposal submission and
evaluation (per tender and per proposal).
• Records of formal
rejection of tenders or proposals and the grounds thereof.
• Records of
procurement proceedings involving other than open competitive tendering, which
did not result in a procurement contract and a statement on the likely reasons.
• Document by which it
was decided to proceed with direct contracting and the reason for this.
• Document whereby it
was decided to proceed to limited tendering and to grant a margin of preference
and the grounds for this.
• Record of any
complaints received from candidates and the responses sent.
Schedule 6 Selection Methods and
Thresholds of Application
Selection Method Limit of
Application
Quality
and Cost Based Selection
(QCBS) Naira
25 million and above
Consultants
Qualification Selection
(CQS) Less
than Naira 25 million
Least
Cost selection (LCS) Less
than Naira 25 million
Quality
Based Selection (QBS), Fixed
Budget
Selection (FBS), Individual
Selection and Single Source Selection
(Single
Source Selection) No
Limit
Single
Source (Minor value
procurements)
Less
than 1.0 million
For contracts estimated to cost less than
Naira 25.0 million, the shoirtlisted may be composed of national firms only.
Schedule
7 Standard Procurement Processing Time
Standard Procurement Processing
Time for QCBS
Activity Processing
Time in Days
Preparation
of Terms of Reference 7 to 14
Inviting for
expression of interest up
to submission
of the same by consultants at least 14
Evaluation of
Expression of interest and
preparing
shortlist and approval by the
Tenders Board 21
Preparation and issuance of the Request
for Proposal 21
Preparation
and submission of proposals
by
consultants At
least 30
Evaluation of
technical proposals and
approval of
Evaluation Report at
least 30
Notification
of technically qualified
firms of date
for Financial Proposal
Public
Opening 7
to 14
Opening of
Financial Proposals,
Evaluation of
the proposals, approval
of combined
Evaluation Report and
notification
of negotiations to the firm
with the
highest combined score 21
Negotiations
and approval of negotiated
documents 7
Signature of
contract 7