Professional Documents
Culture Documents
1. INTRODUCTION
Traditionally lowest bid has been the award criteria for public sector construction
contracts. Prequalification of the bidders started with an American Society for Civil
Engineers (ASCE) seminar on contract award practices, held in 1965. This seminar
focused on protecting the interest of both the parties to the public sector construction
contracts (Hunt et al 1966). Using other criteria than the lowest bid emerged in the
http://www.iaeme.com/IJCIET/index.asp
145
editor@iaeme.com
late 1980s. (Ashley et al 1987). Herbsman and Ellis 1992 studied multi parameter
bidding for highway projects. Other US contributions in this field are performance
based procurement (Kashiwagi and Byfield 2002), multi parameter and best value
contracting (Anderson et al 2001). Outside the US, Holt (1998) and Wong (2001)
investigated contractor evaluation and selection methods. Palaneeswaran (2003)
studied on how much public procurement could benefit from the application of
multiple criteria. Multi-evaluator, multi-criterion (MEMC) decision making can be
controversial if bias or uncertainty find their way into the final decision (El Asmar
etal 2012).A similar study from a different perspective was made by Alhumaidi
(2014).
http://www.iaeme.com/IJCIET/index.asp
146
editor@iaeme.com
When evaluating the bids on relative merits, highest scale value to the best bid and
lowest scale value for the worst bid can be assigned. The other bidders scores are
then distributed between these two extremes. Alternatively the best bid can be
assigned highest scale value and the worst bid can be assigned any score depending
on how much it is perceived to deviate from the best bid.
When evaluating the bids on absolute merits, it is mentioned as to what is
necessary to attain a particular scale value. For example quality certificate of A
category may get 100 points, quality certificate of B category 80 points and so on. It
is interesting to note that criteria such as function, technical solution, technical design
always were evaluated on relative merits.
With this back ground information on evolution and evaluation of multi criteria
bidding, the public procurement practices are critically examined with reference to
Indian Railways.
3. CONTRACT MANAGEMENT IN INDIAN RAILWAYS:Indian Railways enters into contracts for execution of various works of maintenance
and creation of assets and spends substantial amounts towards resources in terms of
contractual payments and maintenance of manpower of Engineering Department.
These works are executed through agency of contractors by the Engineering
Department of Indian Railways, on Open Line and Construction. While the Open Line
is responsible for maintenance of all fixed assets of Indian Railways, i.e.Tracks,
Bridges, Buildings, roads, Water Supply, the Construction wing is responsible for
construction of new assets such as new lines, gauge conversion, doubling, major
bridges and developmental works in Railways. Management of these contracts is done
as per guidelines laid down in the Engineering and Finance code of the Indian
railways and instructions issued from time to time. The guidelines and instructions
stress upon ensuring proper tendering process so that the eligible contractor is selected
and ensuring that the relationship between the Railways and contractors is mutually
constructive and problem free.
The total expenditure incurred by IR on execution of works was Rs. 36,905 crore
during the period 2001-12 to 2013-14, averaging to Rs. 12,300 crore per annum,
3.1 The statutory audit (C&AG) examined the process of tendering and contract
management in the Indian Railways. The C&AG examined with reference to
adherence of rules / procedures, delays in tendering and executing the works, the
inspection system, incidence of malpractices, recovery of dues from contractors and
efficacy of arbitrations. The following aspects have been taken into consideration:
Provisions stipulated in Chapter XII-Contract for works in Indian Railway code for
Engineering Department and Chapter-VI-Contracts- general principales in Indian
railway Finance code Vol.I.
Guidelines/instructions issued from Railway Board on processing of tenders and
execution of contracts.
All source documents pertain to the 3 year period from 2011-12 to 2013-14. The
sample and basis on which the sample was selected is given in table 2.
http://www.iaeme.com/IJCIET/index.asp
147
editor@iaeme.com
Area
Monetary
limits
Up to Rs1
Crore
Contracts
executed
during the
year
Rs 1 to Rs
5 Crore
Above Rs.
5 Crore
Rs. 1 to Rs
5 Crore
2
Contracts in
progress
Above Rs.
5 Crore
Completed
contracts
Same as above
Period
covered
No. of
Cases
1215
2010-11 to
2013-14
As on
31.03.2014
560
2013-14
252
2010-11 to
2013-14
318
Discharged
tenders
50 percent Construction
25 percent Open Line of
such tenders subject of
maximum of 15 and 10
Tenders
valuing
above Rs 8
crore/10
crore
100 percent
2010-11 to
2013-14
Contracts
short- closed/
fore-closed
50 percent construction
25 percent Openly Line
of such contracts.
Subject of maximum of
25 and 15.
2010-11 to
2013-14
7
8
Contracts
terminated
Arbitration
awards
settled
Same as above
10 cases in Construction
and in open line
separately.
http://www.iaeme.com/IJCIET/index.asp
148
321
132
2010-11to
2013-14
196
2010-11 to
2013-14
208
editor@iaeme.com
The purpose of open tendering is to get best agencies at competitive rates. Out of
1215 tenders checked, single offer was received in 25% of the cases, and two offers
were received in 27% of the cases.
A review of time taken in 1183 tenders revealed that only 291 cases are finalized
within the validity period of 90/ 120/ 180 days as the case may be. Delay in issue of
letter of acceptance (LoA) ranged from 16 days to 195 days in 173 cases.
Tender discharge reasons are defects in schedules, non-receipt of approvals, high
rates, unworkable rates, low participation, work no longer required etc.
The two packet system is to ensure that the lowest bid is not eliminated on technical
or financial ground as an after thought. Out of 321 cases where in two packet system
should have been adopted, single packet system is followed in 22 cases. Railways
need to introduce the two packet system of tendering in all works tenders irrespective
of the value.
Out of 1215 cases, lowest tender was bypassed in 46 cases. As per Central Vigilance
Commission guidelines, tenders are to be discharged if lowest bid is withdrawn.
The agreements are awarded with specific mention that time is essence of contract
and if the contractor fails to complete the works within the time specified in the
contract for the reasons other than Railway account, the Railway may if satisfied that
the works can be completed by the contractor within reasonable short time thereafter,
allow the contract such further extension of time. For extensions attributable to
contractors under clause 17(B), railways are entitled to recover from the contractor as
agreed damages a sum equivalent to of1% of the contract value for the work for
each week or part of a week. Competent authority while granting extension to the
currency of contract under this clause may also levy token penalty as deemed fit
based on the merit of the case.
Out of 823 agreements which were due for completion as on 31-3-2014 only 20
agreements were completed within the prescribed time schedule.
Table 3 Reasons for extension
Number of
agreements
Delay on
part of
Contractors
135
Railway
590
Both
73
Reasons
Slow progress of work, labour problem
(Shortage), rains, skilled labour, shortage of
material.
Site not handed over, drawings not ready,
material not ready, traffic blocks not give,
change in scope of work, paucity of funds.
Combination of reasons above, public
agitations, heavy monsoons, ban on sand
mining etc
By default extensions are given on railway account though clear grounds exists to
prove delays by the contractual agencies.
http://www.iaeme.com/IJCIET/index.asp
149
editor@iaeme.com
minor minerals consumed in the work in compliance with Minor Minerals Act of the
State.
Out of 1215 cases checked, a short recovery of dues amounting to Rs. 6.12 crore is
noticed in 163 contracts.
During the period of review, 132 contracts were foreclosed (closed mid way due to
railway failure). The amount of in fructuous expenditure is Rs.242.5 crores.
Additional expenditure of Rs. 25.85 crore was incurred in 28 agreements which were
awarded afresh.
With the advent of the arbitration and conciliation Act in January1996. Railways also
revised the existing arbitration clauses in the standard general conditions of contract.
All disputes and differences of any kind whatsoever arising out of or in connection
with a contract shall be referred by the contractor to the railway and railway shall
with 120days of the receipt of the contractors representation make and notify
decision on all matters referred to by the contractor. If the Railway fails to make a
decision with120days, the contractor should demand with 180days for referring the
matter to arbitration. The claimant will submit his claim to the arbitral tribunal, within
30 days of its appointment, all details/documents pertaining to his claim and the
railway will submit counter claim with60days of their receipt of the claim from the
Tribunal. If claims are not preferred by the party within 90days from the date of
intimation of the final bill, he cannot seek arbitration. The tribunal may award interest
for any period from the date of dispute to the date of award at 18 percent, unless
specific rate of interest is awarded by the tribunal. Thus, the contractual clauses
envisage not only a procedure for resolving disputes but also provide for timely
disposal of these cases. As on 31-3-2011, 1370 arbitration cases were pending.
During the three year period under review 462 new arbitration cases have accrued and
380 cases were settled. Out of this 380 cases, 101 cases were settled in favour of
Railways and 278 cases in favour of the contractors. An amount of Rs. 31.4 crore was
paid on this account.
E - tendering is limited to uploading and downloading of tender documents. Filling,
filing, evaluation and finalization is being done manually. Complete implementation
of E-tendering is desirable.
http://www.iaeme.com/IJCIET/index.asp
150
editor@iaeme.com
http://www.iaeme.com/IJCIET/index.asp
151
editor@iaeme.com
Evaluation of Tenders
Tenders are assessed against the criteria set out in the advertisement or tender
documentation. The assessment should follow the pre-defined evaluation strategy and
be consistent with the ultimate objectives of the project/procurement. The financial
and qualitative elements of tenders are assessed separately. Weightings may be
applied to the criteria to allow price and non-price factors to be scored to reflect their
importance to the project and to arrive at a final VFM judgment. For complex
procurements, this process requires skilled and experienced staff. The final selection
should be the tender which offers best overall VFM.
Good management of the operational face namely contract and supplier
management (stage-3) is the key to successful service delivery.
This phase of the procurement cycle is typically the most lengthy, and for a PFI
type contract can last for up to 20 years. The potential impact on VFM and overall
effectiveness can be substantial, and therefore it is vital that authorities dedicate the
right level of resources, skill and expertise into this critical function.
Here the contract management activities are grouped in to three areas ie.
Throughout the procurement process due attention is necessary to stress upon and
encourage healthy competition. Assessment of bids should be in relation to the
published set of evaluation criteria which must be relevant to the subject of contract.
Any added value that justifies a higher price must flow from these defined criteria.
VFM is often primarily established through the competitive process. A strong
competition from a vibrant market will generally deliver a VFM outcome. But where
competition is limited, or even absent, other routes may have to be used to establish
value. These can include benchmarking, the construction of theoretical cost models or
shadow bids by the authority. For major contracts, this can require considerable
financial expertise and external support may be justified.
Procurement Capability Reviews (PCR) are periodically done to assess the
standards required to deliver government policy and achieve value for money. Finally
the most important of all is the visibility of ethics and propriety of the public
procurement. This is more significant in the Indian context in view of the perceived
low rankings in comparative global transparency index.
Palaneeswaran, E [8] et al. have described the contractor selection practices in the
public sector construction industry in India, the abstract of which is as follows.
Benchmarking of best practices has proved useful in the business and
manufacturing sectors. However, benchmarking is not established in the construction
industry in general and in government organization in particular. A study of the
contractor selection methodologies used by various clients confirms the multiplicity
of approaches in practice. This paper aims at identifying some relevant best
practices and highlighting innovative contractor selection approaches that have been
used by large public clients. A co-operative and non-competitive conceptual
benchmarking model is formulated and presented with a view to encouraging
continuous improvement in contractor selection for construction projects.
Faisal Arain et al. [6] have highlighted the project procurement trends in the
Canadian construction industry. The abstract is given below:
http://www.iaeme.com/IJCIET/index.asp
152
editor@iaeme.com
5. PROPOSED METHODOLOGY BASED ON A CASE STUDY:If any tender either in the open line organization or project construction organization
of IR is examined with regard to the inherent evaluation criteria,it can be concluded
that almost all of them are based only on two eligibility criteria. These two eligibility
criteria in all tenders including the Civil Engineering tenders are as follows.
http://www.iaeme.com/IJCIET/index.asp
153
editor@iaeme.com
Technical eligibility criteria: The bidder must have satisfactorily completed in the last
three previous financial years and the current financial year up to the date of opening
of the tender, one similar single work for a minimum of 35% of the advertised value
of the tender.
Financial eligibility criteria: The contractual payments received by the bidder in the
previous three financial years and the current financial year up to the date of opening
of the tender shall be at least 150% of the estimated value of the work as mentioned
in the tender.
In the two packet system, the Technical tender committee evaluates the eligibility
in respect of each bid (Packet-I, Techno-Commercial bid) and qualifies only such
techno-commercial bids which meet the above stated two eligibility criteria. The Price
bids (Packet-II) of only such tenders which are recommended by the Technical
Tender Committee will be opened. The Financial Tender Committee which
deliberates on those Price bids will recommend lowest/ highest bid, as the case may
be among such bids for acceptance by the accepting authority. Once the accepting
authority approves the recommendations of the financial tender committee, a formal
letter of acceptance (LOA) will be issued. It needs to be noted that the accepting
authority has powers to accept/reject/modify the recommendations of the tender
committee duly recording the reasons.
It is clear from the existing procedure outlined above that there are no other
evaluation criteria apart from the above two in awarding tenders irrespective of the
value of work. This kind of practice is not prevalent in foreign countries which have
the reputation of qualitative works and strictly adhering to transparent procedures.
However the only exception in Indian Railways with regard to the twin aspects of
eligibility criteria is mobile catering tenders. A case study of one mobile catering
tender has revealed the following.
Prequalification criteria
Notice for RFP
Contact Authority
http://www.iaeme.com/IJCIET/index.asp
154
editor@iaeme.com
The menus and rates for each service are as per the railway tariff. Railway reserves
the right to modify/alter the catering tariff and menu and such changes in catering
charges and menu shall be informed to the Licensee in advance for which the License
Fee shall be varied based on the re-assessment of sales. In the event of change in the
menu and tariff thereof, the Licensee shall maintain the same quality and hygiene
standard for preparation, supply and service of food/meals to passengers as it were
prior to such change.
It is mandatory that the Licensee shall sell or, as the case may be, distribute/serve Rail
Neer (Packaged Drinking water) to passengers on board in adequate quantities to
fulfill passenger demand and at rates as may be prescribed by Railway from time to
time. The Licensee shall be responsible for storing, cooling and distribution of Rail
Neer to the passengers. In case of non-availability/inadequate supply of Rail Neer by
Railway/IRCTC, the Licensee shall be permitted to sell packaged drinking water of
brands approved by Railway, for which the Licensee is bound to take prior approval
of Railway, in writing.
The Licensee shall be responsible for ensuring the quality and quantity maintaining
proper hygiene and cleanliness while handling raw materials, preparation, packaging,
supply, service, etc., of food/meals. The Licensee shall ensure that all raw
materials/food items used by the Licensee or its Base Kitchen for the preparation of
food/meals shall be FPO/AGMARK approved wherever applicable.
Scrutiny of bids will be on the basis of Minimum Eligibility specified. Only such bids
that meet with the eligibility criteria will be called eligible bids
The eligible bidders will be evaluated techno-commercially and awarded a technocommercial score to assess the capability of the eligible bidder(s) on the basis of
scrutiny of information provided and the scoring scale.
The highest techno-Commercial score (HTS) secured by any of the bids will be the
base techno-Commercial index.
All bids whose techno-commercial score is more than or equal to 60% of HTS will be
techno-commercially qualified for consideration of Railway Administration.
Price Bids will be opened for techno-commercially qualified bids only. The date,
time and venue of opening of price bid will be intimated only to the technocommercially qualified bidders
Highest Priced bid will be selected for award of contract.
In the event of highest price being the same for more than one bid, the bid with higher
techno-commercial score should be considered for award of contract.
http://www.iaeme.com/IJCIET/index.asp
155
editor@iaeme.com
S.NO.
Technical Criteria
Evaluation
Company/Partnership
firm/Individual
Technical Criteria
Year of Incorporation of the Catering
Business( as determined from attached
copy of Certificate of Incorporation/
Partnership Deed or any other
document like attested copy of Income
Tax returns or a copy of any contract
issued to the bidder by a government
agency/body /public sector
undertaking)
Average Annual Turnover of the
bidder from catering business in the
preceding 5 financial year (With
respect to all
Railway/Airline/Industrial/
Institutional/Canteens/Hotels/
Restaurant/Food Factory/Specialized
food Chains/Mess Being operated)
http://www.iaeme.com/IJCIET/index.asp
156
Criteria
If experience of catering
business, as determined form
date of incorporation is
More than 25 years
Between 20 and 25 years
Between 15 and 20 years
Between 10 and 15 years
Between 5 and 10 years
Less than 5 years
If Average Turnover
determined in Form Tech-1, is
More than Rs. 11Cr.
Between Rs.9Cr and Rs. 11Cr.
Between Rs.7Cr and Rs.9 Cr.
Between Rs.5Cr and Rs.7Cr.
Between Rs.3Cr and Rs.5Cr.
Between Rs.3Cr
More than Rs.5 Cr.
More than Rs.4Cr and Rs.5Cr.
Between Rs.3Cr and Rs.4Cr.
Between Rs.1.5Cr and Rs.3Cr.
Between Rs.0.75Cr
Score
5
4
3
2
1
NIL
10
8
6
4
2
Nil
5
4
3
2
1
editor@iaeme.com
Technical Criteria
Criteria
andRs.1.5Cr.
Less than Rs.0.75Cr.
Average financial Standing of the
If the average financial
bidder in the preceding 5 financial
Standing of the bidder as
years
determined in Form Tech -2,
Please fill this information from the
is
Form Tech 2 (Value of K)
More Than Rs. 2.5Cr.
Between Rs.2Cr and Rs.2.5Cr.
Between Rs.1.5Cr and Rs.2Cr.
Between Rs.1Cr and Rs.1.5Cr.
Between Rs.50Lakh and
Rs.1Cr.
Less than Rs. 50 Lakh
Total Experience of the bidder in
If the average turnover from
Mobile railway Catering in the
mobile units as determined in
preceding 5 financial years Please fill
form Tech-1,is
this information form the Form tech
More than Rs. 10Cr.
1 (Value of A)
Between Rs.5Cr and Rs.8Cr.
Between Rs.3Cr and Rs.5Cr.
Between Rs.1.5Cr and Rs.3Cr.
Between Rs.0.75Cr and
Rs.1.5Cr.
Less than Rs. 0.75 Cr.
Total Experience of the bidder in other If the average turnover from
Catering Business
other mobile units as
(Airline/Industrial/Institutional
determined in Form tech-1, is
Canteens/Hotels/Restaurants/food
More than Rs. 10 Cr.
Factory/Specialized food Chains/Mess Between Rs.5Cr and Rs.8Cr.
being operated) in the preceding 5
Between Rs.3Cr and Rs.5Cr.
financial year Please fill this
Between Rs.1.5Cr and Rs.3Cr.
information form the Form-Tech1
Between Rs.0.75Cr and
(Value of B+C)
Rs.1.5Cr.
Less than 0.75 Cr.
Quality Certification available for
Please fill
restaurants/Hotels/Food/
Factory/Specialized food chains/
Franchise outlets/canteen or Mess
operated by the bidder Please fill this
information from the Form Tech 3
Total number of Professionally
If the total number of
qualified staff with minimum 3 year
Professionally Qualified Staff
experience employed by the bidder
at the largest operating unit, as
please fill this information from the
determined in Form Tech-4, is
Form-Tech 4
More than 20
Between 16 and less than 20
Between 12 and less than 16
Between 8 and less than 12
Between 4 and less than 8
Less than 4
Total number of Kitchens owned and
If the total number of kitchens
operated by the Bidder Please fill this owned and operated, as
information from the form Tech 5
determined in Form tech-5, is
http://www.iaeme.com/IJCIET/index.asp
157
Score
Nil
5
4
3
2
1
NIL
10
7
5
3
1
Nil
10
7
5
3
1
Nil
10
8
6
4
2
Nil
editor@iaeme.com
Technical Criteria
Note: Any kitchen activity for
providing meals in a programmed
manner will be admissible for
weightage.
Average number of meals prepared by
the bidder per day at their kitchen
Please fill this information form the
Form Tech5 (Value of Q)
Criteria
More than 10
Between 7 and Less than 10
Between 4 and Less than 7
Between 1 and Less than 4
Less than 1
If average number of meals
prepared per day be the
bidder, as determined in Form
tech-5, is
More than 10,000
Between 4000 and less
than7000
Between 1000 and less than
4000
Less than 1000
Score
10
7
4
2
Nil
10
4
2
Nil
It can be seen from the above that the nine parameters taken for evaluation have
scales of range 1to 10 (or) scales of range 1to 5 for scoring. A separate scale for
quality aspect has been incorporated which is as follows.
Tender S.No
4/9
2/9
7/9
1/9
http://www.iaeme.com/IJCIET/index.asp
158
Ranking
L1
L2
L3
L4
editor@iaeme.com
7. CONCLUSION
Trevelyan, the noted historian, has called railways Englands gift to the world, for it
was in that country that the steam locomotive was first developed, wrought iron rails
were invented and a railway system on steam traction was operated successfully.
India inherited this legacy and the present Indian Railways has a rich history and
evolved over a period of 163 years since 1853. Indian Railways are passing through a
crucial phase now, facing not only numerous problems but also the demands of the
21st century .The maintenance as well as creation of new assets is done primarily
through contractual practices which is normally prevalent in any undertaking in the
public domain. It is to be noted that IR is the largest public sector departmental
undertaking in India with a vast network, about 14 lakh employees and a separate
budget of its own. The railway finances are separated from the general budget by the
separation convention of 1924.
An attempt has been made to understand the contract management in Indian
railways. For this purpose a detailed account of the Comptroller and Auditor General
of India (C&AG) is examined. This study is made on a sample of 1215 tenders spread
over 16 railways of IR. In order to appreciate the contractual mechanisms as existing
in IR today, a detailed appraisal of public procurement practices presently being
followed in the united kingdom will be very useful to critically review the IR
contractual systems in proper perspective and derive meaningful conclusions for their
http://www.iaeme.com/IJCIET/index.asp
159
editor@iaeme.com
There are only two non-price criteria taken into account in the decision making.
The non price criteria is merely qualifying in nature and does not possess any
weightage.
There are as many as 39 non-price criteria according to a study on contractor
selection. These are followed in the western countries in the public procurement.
There is every possibility of experienced contractor being overtaken by a not so
experienced contractor. The experience beyond a limit has no value.
There is no guarantee that the money spent gets back best value.
There is no guarantee that the work gets completed in time. There is no incentive with
reference to a time frame.
Operation, maintenance and life cycle costs are not even associated in this process of
finalization.
Quality and its assurance are absent visibly in this method of public procurement.
The technical merit, managerial skills of the tenderers is not examined.
All contractors are considered to be equally capable which is not true.
No incentives for meeting health, safety, environmental standards.
Several researchers internationally observed that this method is not suitable in public
procurements.
BIBLIOGRAPHY
[1]
[2]
[3]
[4]
http://www.iaeme.com/IJCIET/index.asp
160
editor@iaeme.com
[6]
[7]
[8]
[9]
[10]
[11]
[12]
[13]
[14]
[15]
[16]
[17]
[18]
[19]
[20]
[21]
[22]
[23]
[24]
http://www.iaeme.com/IJCIET/index.asp
161
editor@iaeme.com
[29]
[30]
http://www.iaeme.com/IJCIET/index.asp
162
editor@iaeme.com