Document of The World Bank 68325 People’s Republic of Bangladesh Model/Survey Note: Assessment of Implementation of Public Procurement Regulations FINAL June 2009 Procurement Services Unit South Asia Region Acronyms and Abbreviations BEC Bid Evaluation Committee BWDB Bangladesh Water Development Board CAS Country Assistance Strategy CCGP Cabinet Committee for Government Purchase CMSD Central Medical Stores Depot. CFAA Country Financial Accountability Assessment Report CPAR Country Procurement Assessment Report CPTU Central Procurement Technical Unit DGFP Director General of Family Planning e-GP Electronic Government Procurement GoB/GOB Government of Bangladesh HOPE Head of Procuring Entity ICB International Competitive Bidding IFB Invitation for Bids IMED Implementation Monitoring and Evaluation Division LGED Local Government Engineering Department MIS Management Information System MOHFW Ministry of Health and Family Welfare MOS Model or Survey NCB National Competitive Bidding NCTB National Curriculum Board NGO Non Governmental Organization NLTA Non-Lending Technical Assistance PD Project Director PPA Public Procurement Act 2006 PPI Procurement Performance Indicator PPR Public Procurement Regulations/ Rules PPRP Public Procurement Reform Project PPRP II Public Procurement Reform Project II PROMIS Procurement Management Information System REB Rural Electrification Board RHD Roads and Highways Department WB World Bank WDR World Development Report 2 TABLE OF CONTENTS 1. BACKGROUND AND RATIONALE ................................................................................ 5 2. APPROACH AND METHODOLOGY .............................................................................. 8 3. MAJOR FINDINGS OF STUDY/ SURVEY .................................................................... 10 4. CONCLUSIONS AND RECOMMENDATIONS ............................................................ 16 3 Acknowledgements This Model/ Survey Note, as Non-Lending Technical Assistance, was prepared by the following Team: Zafrul Islam (Task Team Leader and Lead Author), Quazi Mohi Uz Zaman (transport), SAM Rafiquzzaman (agriculture), Zahed H. Khan (urban), M. Iqbal (energy), Tanvir Hossain (procurement), and Marghoob Bin Hussein (procurement). The team is grateful for the guidance and support provided by Xian Zhu, Barbara Kafka, Tahseen Sayed, and Nadjib Sefta. Joel Turkewitz (Program Coordinator- EAPVP) and Asha Ayoung (Lead Procurement Specialist- OPCPR) were the peer reviewers and the team benefits from their insights and in-depth comments. Valuable comments and suggestions were received from Naushad Khan (procurement), Jose E. Campos (Advisor- WBIVP) and Amulaya K. Debnath (Director General- CPTU). We would also like to thank Org-Quest Research Limited who carried out the detailed survey and prepared a report on the assessment of implementation of Public Procurement Regulations. The team is grateful for the contributions received from IMED, RHD, LGED, BWDB, and REB, as well as staff of various associations and business apex bodies for taking part in useful discussions, in particular to Bangladesh Association of Consulting Engineers (BACE) and Bangladesh Association of Construction Industries (BACI). 4 EXECUTIVE SUMMARY The report provides an assessment of the status of implementation of Public Procurement Regulations 2003. Meanwhile, the Government has passed the Public Procurement Act 2006 and issued Public Procurement Rules 2008, both are currently in force and contains improved provisions over the Regulations. Most key development partners have accepted those provisions in the Regulations/ Rules for local procurement under the operations financed by them. The objective was to assess the performance of the system using a two-way approach. This approach included the use of a set of performance indicators similar to those applied in the earlier OECD-DAC/World Bank benchmarking exercise, and feedback from the concerned stakeholders. The report summarizes the major findings of the assessment carried out through a Bank-Government joint collaboration survey with sample data of two financial years (FY2006 and FY2007) from the key sectoral ministries/agencies including the Roads and Highways Department (RHD), Local Government Engineering Department (LGED), Rural Electrification Board (REB), and Bangladesh Water Development Board (BWDB). Although Bangladesh has made good progress in establishing the foundations for an effective public procurement system by introducing necessary legislations and regulatory institutions, the results of this assessment show that overall the system has been performing poor to average. The performance is poor as regards efficiency of procurement process and contract management, and it is average in terms of competitiveness and transparency. Procurement delays are a major challenge, affecting project implementation. The higher the level of contract approving authority, the lesser is the efficiency of the procurement system. For large value contracts approved at the ministry or higher level, such delays are significant. On a combined scale, REB appears to show better performance, followed by LGED. In terms of transparency of the system, most National Competitive Bidding (NCB) contracts were advertised and bids for them publicly opened. However, only 22% of contract awards were published in the website of Central Procurement Technical Unit (CPTU). The system appears to be reasonably competitive demonstrated by receipt of about seven bids on average per contract. On an average, in only 53% cases, contract award decisions were made within timeline by the contract approving authority while only 51% contracts completed on time, and only in 11% of cases liquidated damages imposed for delayed delivery/completion. In about 80% of cases, the agencies allowed submission of bids at multiple locations with opening in one place which is not a good procurement practice. Based on the findings summarized above, the report makes prioritized recommendations. Key short-term recommendations include delegating more financial powers to the agencies with adequate oversight mechanism; strengthening CPTU with additional staffing; improving monitoring of procurement performance by agencies; doing 5 away with the practice of bid submission at multiple locations; and introducing independent procurement reviews. Medium-long term actions include: developing procurement management capacity; creating a pool of procurement experts accessible to the agencies; improving contract administration; introducing electronic bidding; and establishing an incentive/disincentive mechanism for good/ poor performers. It is expected that RHD, LGED, REB, and BWDB would implement the above recommendations either as part of their implementation program under PPRP II or through similar arrangements. 6 1. BACKGROUND AND RATIONALE 1.1 Taking lead in the South Asia region, Bangladesh has made substantial effort over the last few years and achieved impressive gains in procurement policy reform actions within the country challenging environment. The ongoing activities has gone far to put procurement reform on the map in Bangladesh - not as a purely legal undertaking but as something with direct relevance to the spending of money, the provision of services, and the creation of a competitive and fair market. The procurement reform, being an intensely political matter, needed to be designed taking into account the local political economy and local capacity. With this end in view, the purpose of reform was not to look for the “best practice� but rather a “good local fit�. 1.2 With the assistance of the World Bank, the Government of Bangladesh (GOB) implemented a comprehensive Public Procurement Reform Project (PPRP; Phase I: 2002- 2007; US$4.5 million) that successfully addressed key deficiencies in the legal and policy framework. After completing the key policy reforms, GoB has been implementing the second phase of reform through Public Procurement Reform Project II (PPRP II) since September 2007 with the objective of sustaining the efforts of PPRP by progressively improving the performance of public procurement system, focusing largely on the implementation and monitoring of new policies at key sectoral ministries/ agencies. The government established a nodal procurement policy unit (Central Procurement Technical Unit- CPTU), issued Public Procurement Regulations (PPR 2003) and its associated implementation procedures in October 2003, passed a Public Procurement Act (PPA) in the Parliament in July 2006, and mandated Public Procurement Rules (PPR) in January 2008 to implement the Act. The law and the rules contain most features of international good public procurement practices. Concurrently, CPTU established a website (www.cptu.gov.bd) containing all policies and procedures, has been piloting a procurement performance measurement system with a set of predefined indicators (Procurement Management Information System- PROMIS), developed a critical mass of national procurement trainers (25 person), and trained over 2000 officials of public sector organizations. 1.3 Though important strides have been made in changing the procurement environment, yet its application has proven to be relatively inconsistent. While CPTU is the policy making body, the actual implementation of rules and associated outcomes are dependent entirely on the performance of the implementing agencies under various ministries. The harmonized new laws and rules though increased substantial awareness among all stakeholders (procuring entities, bidding community, development partners, etc.), full implementation of rules with appropriate monitoring still remains as the key challenge combined with cross-cutting governance and institutional constraints including delays in award for large value contracts, ineffective contract administration, inadequate procurement professionalism, frequent tendency of lodging complaints, incidence of fraud and corruption, and political influence. The reasons for the varying degree of implementation encompass issues ranging from the limited amount of time that has elapsed 7 since the rules came into force to the disinterest of some parts of the bureaucracy to adopt new procurement procedures as envisaged. 1.4 Efficient management of public procurement is largely dependent on the adequacy of understanding and skill of procurement professionals involved in the process including the level of understanding of the procurement decision-making authority. Unlike many other countries with established good procurement practices, Bangladesh is a country where large value procurement decisions are made even at the cabinet committee level. The World Bank supported the Government in procurement reform efforts as part of its strategy to improve governance. Yet efforts to improve procurement systems will have little effect to ensure best value for money if these systems are not implemented by skilled professionals with a streamlined procurement approval process within and up to the bureaucracy level. 1.5 As part of the Bank’s on-going support in the reform process, this study, as a non- lending technical assistance (NLTA), was to assist GoB with specific reference to: making an assessment of the implementation of PPR in the key sectoral ministries where large part of the annual development budget is allocated in terms of procurement. Unlike Bank’s traditional activity, it was a joint task carried out with GoB’s active participation and ownership (CPTU & other key sectoral agencies). This model/survey (MOS) note is the output of this collaboration. Objectives and Scope: 1.6 In order to continue the momentum of reform that has been established, the second phase of reform (PPRP II) started in late 2007, focusing on the implementation and monitoring of new laws at the key sectoral ministries/ agencies. Given this context, the objective of the assignment is to assist GOB to (i) prepare an update on the implementation of PPR in the following key sectoral ministries/ agencies: infrastructure (transport and power), water, and social, with specific emphasis on the key implementing agencies in transport, power, and water sectors; (ii) assess the compliance status of various provisions of the PPR; and (iii) identify the key factors affecting achievement of desired outcomes in improving public procurement performance. 1.7 The study was carried out in coordination with the government (IMED/ CPTU/ Implementing Agencies). The review covered the following sectoral ministries: Ministry of Communication, Ministry of Local Government, Rural Development and Co-operatives, Ministry of Power, Energy and Mineral Resources, Ministry of Water Resources, Ministry of Health, Ministry of Education, Ministry of Primary and Mass Education, with specific focus on the key sectoral implementing agencies of transport, power, and water. 1.8 The first objective has been addressed through a sample survey of procurement data based on a set of pre-defined procurement performance indicators, focusing largely on infrastructure, transport, power, and water sectors. The key agencies are the same four target organizations where implementation of PPRP II is anchored. These include the Roads and Highways Department (RHD), Local Government Engineering Department 8 (LGED), Rural Electrification Board (REB), and Bangladesh Water development Board (BWDB). In addition, agencies related to health and education were also studied partly (Central Medical Stores Depot.- CMSD, Director General of Family Planning- DGFP, National Curriculum and Textbook Board- NCTB). 1.9 Second, based on the data collected the level of compliance was studied using the performance indicators for each identified agency in light of the delegation of financial powers for making procurement decisions at various levels. The delegation levels considered for the study (from lower to higher) included district (executive engineer), project directors (PD), head of procuring entity (HOPE), board of directors of agencies (Board), ministers, and cabinet committee for government purchase (CCGP). 1.10 Third, an in-depth enquiry was made to identify the key factors within and outside the implementing agencies that affected performance of the agencies, combined with an indication of the areas of improvement and its modality. As part of the process, private sector and other associated stakeholder were also consulted. 9 2. APPROACH AND METHODOLOGY 2.1 Ministries/ Agencies: As described in paragraphs 1.7 and 1.8, it has been noted that most budgetary resources are used by the ministries/agencies relating to the hard sectors like infrastructure, transport, local government, and power. In most of these pure government organizations, there is no separate procurement unit of the agency, instead the organizational hierarchy allows the concerned technical staff, as part of the civil service/public service (Engineering), to deal with procurement and contracting matters. Taking this into account, while the study has been focused on the key sectoral ministries (transport, power, water, local government) and the associated four target agencies in PPRP II (RHD, LGED, BWDB, and REB), few other agencies of the social sector are also included for measuring their relative performance (CMSD and DGFP in Health, and NCTB in education). 2.2 Performance Indicators: The key principle in assessing the status of implementation of and compliance with PPA/PPR is the use of a set of pre-defined procurement performance indicators (PPI) covering the entire procurement process including completion of contracts and payments (35 indicators). The PPIs were developed taking cognizance of the OECD-DAC indicators within the overall framework of the PPA/PPR and its features within the local context; the PPIs are at Annex 1. 2.3 Contract Sample Size: The contract samples covered two financial years FY06 and FY07 and were selected at random regardless of the funding sources. The main consideration for contract sampling applied in carrying out the study is the use of financial delegation authority at various tiers of the government as described in paragraph 1.9, with district (executive engineer) being the lowest delegation and the CCGP being the highest for approving award of contracts. Principle followed was to cover all contracts at CCGP level, 25%-100% contracts at ministerial level depending on the number of contracts, and lower percentage at other levels. Higher percentage of sample was taken for higher delegation level because the number of contracts decreased with the increase in delegation level. This means, the lower the delegation level, the lower the percentage of contracts and vice versa. However, in absolute figure terms this will generally mean the number of contracts at the district level is higher for organizations which are more decentralized (LGED, BWDB, etc.). 2.4 Distribution of Contract Samples: For agencies which have delegation of authority up to executive engineer/district level, the contract sample covered all six administrative divisions and two district from each division with a view to making the survey as representative as possible. Districts were picked-up randomly from the list in each division. In case of Dhaka division, Mankganj was picked up randomly. But later on Faridpur was included to cover BWDB as this agency had no office in Manikganj. Similarly in Barisal division, Pirojpur was included for BWDB in place of Jhalakathi. For the remaining agencies all samples were drawn from head quarter/central office. 10 2.5 Total Sample: A total of 508 contracts were studied as sample covering all delegation level with percentage sample as follows: REB- 14.87% (40 contracts), LGED- 0.37% (176 contracts); BWDB- 3.8% 73 contracts); RHD- 2.29% (141 contracts); health- 18.06% (41 contracts); and NCTB- 6.84% (37 contracts. Annex 2 provides the details of the sample. 2.6 Sample Selection Procedure: Having done the above exercise, actual sampling of contracts executed was done by following the steps mentioned below: Step -1 : Identified contracts executed in each agency by delegation level at the selected sample locations; Step – 2 : Prepared list of contract identified each location by delegation level; Step – 3 : Selected specified number of contracts randomly as sample distribution mentioned earlier; and Step – 4 : Collected data on the selected contract from the record/file with the assistance of assigned officials. 2.7 Questionnaire for Agencies and Other Stakeholders: For public procurement agencies, two sets of questionnaires, one for works/goods and the other for consultant services were prepared based on the agreed indicators. Having incorporated the feedback, questionnaires were translated into Bangla. A few questionnaires were piloted to assess its suitability and relevance including the language used. Some minor modifications were made based on the pilot test before fielding the survey. In addition, considerable feedback from other stakeholders was obtained through interviews, questionnaire, face to face consultation, etc. Other stakeholders include: bidding community, contractors association, consultants association, and key development partners. 2.8 Technique for Data Collection: Face-to-face interviews were conducted by experienced enumerators to collect data from the relevant files/documents. In some cases, data had to be mined from the files with the assistance of the concerned desk officers. All interviews were verified and validated by data collection supervisors and senior staff of the consultant. The team leader and procurement specialist also visited all the agencies during the course of the survey for ensuring quality of data and better cooperation from the agency officials combined with trouble shooting. 11 3. MAJOR FINDINGS OF STUDY/ SURVEY 3.1 The higher the level of contract approving authority, the lesser the efficiency of the procurement system especially in terms of implementation delays. For large value contracts approved at the ministry or higher level, operational procurement delays are significant, with relatively better performance for lower level financial delegations. This has been found in terms of delegation of financial power to various ministries/agencies (district/executive engineer, project director/director, head of procuring entity, board of directors of the procuring entity, ministers, and cabinet committee for government purchase- CCGP). For instance, for LGED, in terms of % of cases contract awarded within time (between bid opening and award), CCGP level performed significantly poorly with only 33% as opposed to 74% at district level; the corresponding figures for RHD are 9% and 25%. Similarly, in terms of % of contracts awarded within initial bid validity period, CCGP was the worst with only 18% contracts award record for RHD and 33% for LGED as opposed to district level award of 76% in RHD and 91% in LGED. 3.2 Critical Indicators: The study findings focus on the four key sectoral implementing agencies (RHD, LGED, BWDB, and REB). Nineteen key indicators were measured at the agency level of which the following eight were considered most critical in the current context of Bangladesh taking into account the key requirement of competitiveness, efficiency, and transparency of the system and based on the assessment that appears to have impacted the procurement outcomes (See details at Annex 3):  % of contracts with invitation for bids publicly advertised;  % of contract awards published in CPTU website;  Average number of bidders participation per contract;  % of cases contract award decision made within timeline by contract approving authority;  % of contracts awarded within initial bid validity period;  % of cases allowed submission of bids in multiple locations;  % of contracts completed within original deadline; and  % of cases liquidated damage imposed for delayed delivery / completion. 3.3 Overall implementation of PPR across the agencies can be termed average to poor, especially with respect to the most critical 7 indicators. On a combined scale, REB appears to show better performance, followed by LGED. In terms of transparency of the system, most contracts in NCB were publicly advertised for open bidding (about 98% on average), however, only 22% contract awards were published in CPTU website, with LGED at the top (49%) and RHD lowest (9%) with increasingly improved performance over time on the later indicator by all agencies. The system appear to be reasonably competitive demonstrated by receipt of about seven bids on average per contract, with BWDB highest (about 12 bids) and REB lowest (4 bids). As regards efficiency of the system measured through timeliness of award of contract (i) in 53% cases contract award decisions were made within timeline by the contract approving authority with REB highest 12 (83%) and RHD lowest (24%), and (ii) 65% of contracts were awarded within the initial bid validity period, with LGED/BWDB at the top (78%/79%), however, the system clearly perform poorly as the contract approving authority moves from agency to ministry and higher level. 3.4 In contract administration, overall performance is poor with (i) only 51% contracts completed on time with REB’s performance outweighing others (95% completed on time) and (ii) only in 11% of cases on average liquidated damage imposed for delayed delivery/completion, with REB being the top performer applying liquidated damages for all delayed cases and BWDB the least performer imposing such damages only in 5% cases against. While bid submission in multiple locations is allowed in PPR under exceptional circumstances with HOPE’s permission only (not accepted in Bank-financed contracts), it has been observed that on average in 80% cases bids were submitted in multiple locations in national competitive bidding- NCB, with REB least and BWDB highest. Performance against Critical Indicators Sl. Critical Performance Indicators # Implementing Agencies Overall REB LGED BWDB RHD 1 % of contracts with invitation for bids 82.50 100.00 95.89 100.00 97.70 publicly advertised in NCB 2 % of contract awards (above threshold 12.00 49.00 26.00 9.00 22.00 level) published in CPTU website 3 Average number of bidders 3.65 5.00 11.95 8.20 7.07 participation per contract 4 % of cases contract award decision made within timeline by contract 83.00 64.00 67.00 24.00 53.00 approving authority 5 % of contracts awarded within initial 45.00 78.00 79.00 48.00 65.00 bid validity period 6 % of cases allowed submission of bids 5.00 88.00 98.00 81.00 80.00 in multiple locations 7 % of contracts completed within 95.00 39.00 63.00 48.00 51.00 original deadline 8 % of cases liquidated damage imposed 100.0 9.00 5.00 12.00 11.00 for delayed delivery / completion 3.5 Relatively better performance was observed against the following indicators across these four agencies: % of cases bid evaluation committee (BEC) included two external members outside the procuring entity (98% - remaining 2% were not published due to falling under “restricted tendering method�); % of open bidding (NCB) publicly advertised (98%); % of cases BEC submitted report directly to the approving authority (91%); average number of days allowed for bidding in NCB (29 days); average number of bidders participation (seven); and average number of responsive bids (five). 13 3.6 Poorly performed indicators include: % of contracts completed within original deadline (51%); % of cases liquidated damages imposed for delayed delivery/ completion (11%); % of contracts with late payments (31%); % of cases bid evaluation completed within timeline (40%), and % of cases award completed within timeline- bid opening to award (41%). Only REB recorded bid procedures with complaints in 3% cases, and no other agencies reported such complaints; also not a single agency recorded fraud and corruption. There appears to be considerable distortion which might have happened because there is no proper mechanism of recording complaints and fraud and corruption. However, there are records of debarring 20 firms by LGED and one each in BWDB and RHD projects for their involvement in fraudulent and/or corrupt practices across the country as published in CPTU website. This shows LGED’s greater awareness in enforcing the rules. 3.7 Agency and Financial Delegation-wise Findings:  % of open bidding (NCB) publicly advertised: LGED and RHD publicly advertised 100% of their bids while BWDB and REB published 96% and 83% respectively. Financial delegation-wise the pattern was the same. Records show that the bids that were not published fell under “Restricted Tendering Method� where bidding documents are issued to a list of potential contractors. Hence, it could be reasonably concluded that mostly 100% contracts were publicly advertised. However, records show that some IFBs were published in newspapers with limited circulation.  % of cases allowed submission of bids in multiple locations: REB seems to have performed by far the best in this regard, allowing submission of bids at multiple locations for only 5% cases. The other three agencies allowed it between 99% in BWDB, 88% in LGED, and 81% in RHD. Delegation-wise pattern shows that the lower the delegation, the higher the case of submission of bids at multiple locations.  Allowing minimum bidding time (average number of days between IFB publication and bid submission deadline in NCB): REB performed better allowing about 34 days on average, followed by RHD with 30 days, LGED with 29 days, and BWDB with 26 days. Across the agencies, the pattern of findings shows that the number of days allowed increased with the increase in delegation level.  Average number of bidding documents sold: On average BWDB sold the highest number of bidding documents (17) against each bid invitation, followed by RHD (14), LGED (10) and REB (6). Delegation-wise, relatively fewer bidding documents were sold at the head of department and the board levels.  Average number of bidders submitting bid: Following the same pattern as number of bids sold, BWDB received the highest number of bids (12) against each invitation, followed by RHD (8), LGED (5), and REB (4). Relatively fewer bids were submitted at PD and board levels delegation across the agencies. 14  Average number of responsive bids: This too followed more or less the same pattern as the number of bidding documents sold and their submissions. On average BWDB found the highest number of responsive bids (6) against each bid invitation, followed by RHD (5), LGED (4), and REB (3). Relatively higher number of responsive bids was found at district, ministry and CCGP levels.  % of cases BEC included two external members outside the procuring entity: Achievements varied between 85% in REB and 100% in RHD. LGED and BWDB included two external members in 99% cases. Delegation-wise pattern is the same across agencies. However, this being one of the mandatory requirements in PPR, all the agencies should have achieved 100% at every delegation level.  % of cases bid evaluation completed within timeline: While performance of LGED can be termed average, accounting for 50% achievement, the others have shown poor performance, registering 40% in BWDB, 31% in RHD, and 28% in REB. While delegation-wise no such pattern exists, district level performance was relatively better across the agencies, alternately, the higher the delegation level, the more is the evaluation time.  % of cases contract award decisions made within timeline by the approving authority: RHD performed poorly in timeliness of award; other agencies appear to have done reasonably well. While REB achieved 83%, BWDB achieved 67% followed by LGED with 64%, RHD had approved only 24% cases within the time. Delegation-wise, CCGP and ministry took considerably more time, with 33% cases cleared by CCGP, followed by 37% by ministry as opposed to 67% at the district level for LGED.  % of cases BEC submitted report directly to the approving authority: Apparently performance of all the four agencies was good as the achievements varied between 84% in RHD and 100% in REB. BWDB and LGED achieved 97% and 93% respectively. Delegation-wise findings indicate that performance was worse for contracts that went to Ministry and CCGP, especially in LGED and RHD; the apparent reason for not submitting report directly to the approving authority could be that the BEC did not want to take any risk with these bids.  % of contract awards (above threshold level) published in CPTU website: In general, the performance was poor. While LGED published 49% of relevant awards in CPTU website, BWDB published 26%, and REB and RHD published only 12% and 9% respectively. Delegation-wise there exists no clear pattern.  % of cases contract awarded within time (between bid opening and award): As a whole, the performance was below average. Only LGED was above average, and the others were poor. While LGED achieved 58%, BWDB, REB and RHD accounted for 42%, 38% and 21% success respectively. Delegation-wise, CCGP level performed significantly poorly with only 33% as opposed to 74% at district 15 level for LGED; the corresponding figures for RHD are 9% and 25%. It clearly shows that as the financial delegation level goes up, the system performs poorly.  % of contracts awarded within initial bid validity period: BWDB and LGED performed reasonably well, achieving 79% and 78% respectively. Performance of REB and RHD was below average, registering 45% and 48% achievements respectively. Delegation-wise, CCGP was the worst with only 18% contracts award record for RHD and 33% for LGED as opposed to district level award of 76% in RHD and 91% in LGED.  % of contracts completed within original deadline: As per the records, REB completed 95% of the contracts within original deadlines, which can be termed exceptionally well. BWDB’s achievement was moderately well, completing 63% of the cases. RHD and LGED completed only 48% and 39% of the cases respectively. PDs (those with capacity to approve medium sized projects) appeared to have done the best, followed by district level officials. Delegation-wise success rate appeared to have declined with the increase in delegation level. While none of the projects at CCGP level was completed in time, for the Ministry the success rate was only 9%.  % of cases liquidated damages imposed for delayed delivery/completion: REB imposed liquidated damage in all relevant cases against which RHD took action only in 12% cases, followed by LGED in 9% cases and BWDB in only in 5% cases. Delegation-wise there appears to be no clear pattern.  % of contracts with late payment: The highest record of late payment was found in RHD (61%), followed by 29% cases in LGED and 16% cases in BWDB. Delegation-wise, instances of late payment increased with the raise in the delegation level (for instance, in LGED 53% contracts at PD level had late payment against 27% at district level; similarly, the corresponding figures for RHD are 76% and 47% respectively).  % of bid procedures with complaints and % of cases identified with fraud and corruption (F&C): Only REB recorded bid procedures with complaints in 3% cases, and none recorded F&C. This may be attributable to the lack of proper mechanism of recording complaints and F&C. 3.8 Other Stakeholders Feedback on PPR: By and large, most stakeholders including the bidding community appreciated the introduction of new Act/Rules. Besides public sector organizations, stakeholders include business apex bodies, bidders/ suppliers/ consultants associations, universities, non-governmental organizations, leading think-tanks, and development partners. Main feedback from those stakeholders were related to the application of PPR, use of bidding documents, capacity of CPTU in managing the procurement policy and its monitoring mandate, issues relating to inappropriate bidding practices at decentralized levels, influence of local elites, and others factors that might be affecting as a whole public procurement in the country. 16 3.9 Harmonization of all procurement rules and procedures under a single package of PPR has been described as very helpful. The PPR has been regarded as a planned, integrated, uniform, and detailed document to ensure better transparency and accountability of the system for efficient use of public resources. They are also appreciative of the CPTU’s website and its extensive capacity development program though other than the four key agencies expressed some sense of dissatisfaction for not including them as part of PPRP II. 3.10 The rules strengthened the procurement officials of various agencies/departments with a uniform tool for use in the procurement of goods, works and services regardless of the type of public procuring entities. The bidding community express satisfaction with the use of uniform bidding documents from procuring entities under different ministries which helped them to become conversant with qualification and other requirements. It also created awareness among people and improved public confidence in the system. 3.11 Though the stakeholders appeared to be generally appreciative of the PPR, they did highlight their concerns about the rigidity of the rules in some cases. There was also mention about the shortcomings/impediments in implementing the PPR. Several issues/problems were identified by procuring entities in actual implementation of the PPR, and by the bidding community in following them. Based on the feedback, the identified key issues are summarized below: Documentation Issues:  Inadequate/ limited thresholds in PPR for various methods of procurement including procurement under emergency situations;  Inadequate guidelines as regards dealing with the lowest evaluated responsive bid quoting either very low or very high price compared with market;  Non-availability of few Standard Tender Documents (STD) (e.g. ICB documents, very small value contracts, textbook, non-consulting services);  Requirement of excessive bidding time even for very small value contracts; and  Non-allowing submission of bids at multiple locations although coercive practice exists. Staffing and Capacity Issues:  High turn over of officials/ personnel, especially those with procurement/ operational background or experience;  Inadequate and/or lack of conceptual competency at the policy, decision- making and procurement approving levels;  Inadequate and/or lack of technical competency at the implementation level;  Lack of experienced and trained personnel in the procurement desk combined with acute shortage of skilled procurement staff in the country; and  Absence of training modules on preparation of specifications, letter of credits, insurance policies, consignment clearance, and contract administration. 17 Habit/ Attitude/ Communication Issues:  Patronization and influence by vested interest groups;  Inherent resistance of unskilled staff to change status-quo;  Reluctance to change behavior, to learn and adapt to new techniques; and  Inadequate communication campaign to influence stakeholders for the right cause. 18 4. CONCLUSIONS AND RECOMMENDATIONS 4.1 Survey findings reveal that though there is a clear recognition and appreciation of the new Act/Rules, its implementation performance is poor to average. The performance is poor as regards efficiency of procurement process and contract management, and it is average in terms of competitiveness and transparency. Though in terms of sample contracts it appears to be low, due considerations were given to the equity of distribution according to the type of organization and geographical locations, and the findings of survey could be considered as valid except few exceptions (e.g., non- receipt of adequate information on complaints and fraud and corruption issues). Since the key sectoral agencies were covered in the survey, from global country perspective it provided or led to some logical findings. 4.2 Procurement processing delays have been identified as one of the major challenge, and the higher the hierarchy level of procurement decision-making, the lesser the efficiency of the procurement system. This has been found in terms of delegation of financial power to various ministries/ agencies at various levels (district/ executive engineer  project director/director  head of procuring entity  board of directors of the procuring entity  ministers  cabinet committee for government purchase- CCGP). It shows that lower levels delegation performed relatively better. However, one has to recognize that lower level delegation requires adequate mechanism for quality control and supervision from the top. Among the agencies, REB appeared to have performed better, followed by LGED. The performance of BWDB and RHD were found relatively weak in terms of critical procurement implementation issues. 4.3 Recommendations: In light of the survey findings and suggestions made by various stakeholders, following are the major broad options recommended for improved implementation of the PPR: Short-term actions (within a time-frame of one year):  Improve delegation of financial power at all levels so that in majority of contracts under development projects, procurement decisions are made expeditiously at the implementing agency level, with adequate mechanism for monitoring appropriate adherence to the delegated authority (annual independent procurement review). Only major contracts will go to the ministry and CCGP for approval. For instance, (i) head of agency: US$10 million (~ Tk. 700 million), (ii) ministry: US$20 million (~ Tk. 1400 million), (iii) CCGP: above US$20 million (above Tk. 1400 million). Current delegations are as follows: (i) head of agency: Tk. 250 million, (ii) ministry: Tk. 500 million, (iii) CCGP: above Tk. 500 million. Ministry of Finance may initiate action on this.  Improve monitoring of procurement performance in all the agencies using indicators through constant tracking of activities that will show expected deadlines/ deliverables/ requirements, deviations and reasons for deviations. Towards this, each agency would designate one official as Procurement 19 Monitoring Coordinator to coordinate all procurement related activities and prepare reports for management on a quarterly basis;  Improve publication of contract award information in website (CPTU) with adequate details (name of bidders, bid prices, responsiveness of bids, winning bidder and its price, etc.). Though LGED’s record was better compared with others, it was less than satisfactory. To make the system more transparent, all four agencies (LGED, RHD, REB, and BWDB) will require more effort to improve the system;  Discontinue the practice of submission of bids at multiple locations by making necessary provisions in the bidding documents. This is more common for small value works contracts. As is in the PPR, this may be allowed only under exceptional circumstances with the permission of head of the entity (not acceptable under Bank-financed project). This is because coercion or threatening of bidders is a law and order issue and as such be dealt with by law and order means. All four agencies need to review this matter more closely and make appropriate provisions in the bidding documents;  Introduce independent procurement review by IMED using services of an experienced consultant. IMED would carry out such review annually on a mandatory basis to check whether the provisions of the PPR with particular reference to the deficient areas identified above have been observed. The consultant will provide report directly to IMED. Given the current mandate of project implementation monitoring, IMED needs to take up the matter expeditiously with necessary budget provisions in the annual development program;  Strengthen capacity of CPTU in terms of staffing. Given the mandate of procurement policy-making and its monitoring, the current strength is weak. Though according to the approved Technical Assistance Project Proposal (TPP) of PPRP II there is provision of 36 staffs from revenue budget, the Ministry of Establishment sanctioned only 26 positions against which only 18 staff are in place. IMED in coordination with the Ministry of Establishment needs to resolve this critical issue of staffing; and  Adapt some flexibility in the PPR to improve specific provisions with regard to: improving threshold levels for various methods, using simple bidding document for small value works contracts on a lump-sum type (instead of bill of quantities), introducing quality-based selection for consultancy services, and clarifying certain provisions of the rules. Medium-long term actions (2-7 years):  Procurement management capacity: Arrange more training in public procurement to create skilled procurement professionals as well as generate awareness about PPR requirements amongst the stakeholders (procuring entity officials, procurement decision and policy makers, auditors, bidding community, etc.). The current PPRP II training may make provision of including more staff besides the four target agencies, if budget allows. Options may be explored for a concurrent capacity building program in consultation 20 with and fund from other development partners. All staff dealing with procurement at the entity level need to have clearly identified terms of reference to carry out procurement in a more professional way with provision of adequate training;  Institutionalization of procurement capacity: Institutionalize procurement training at Engineering Staff College Bangladesh (ESCB). Under PPRP II, main three-week training is currently continuing in ESCB with the establishment of a procurement faculty, however, the procurement faculty at ESCB to be self sustaining after the project period;  Contract management and administration: Contract management needs to be improved through better supervision and quality control of works in accordance with contract provisions with particular reference to timeliness of completion/ delivery and imposition sanction measures like liquidated damages for delayed delivery. In particular, for RHD, LGED, and BWDB, there is significant need for improvement in this area;  Incentive/disincentive mechanism: Introduce incentive/disincentive mechanism (reward and punishment) by initiating punitive actions for failure against mandatory requirements of PPR, and reward for good performance. This can be done at the individual as well as at the organization level for all the agencies. For instance, the organization that has been carrying out procurement more efficiently with appropriate utilization of allotted resources following the PPR, may be allotted more budget in the next fiscal year and vice-versa. Similarly, at the individual level, staff that has performed better within the agency may be provided more opportunity for career growth and training. This arrangement is likely to create competition among agencies as well as individuals. PPRP II has provision of such incentive mechanism;  Procurement experts: Establishment of a pool of “Procurement Experts� to act as a source of necessary procurement expertise; the modus operandi of creation and operation of the pool may be set through consultation among the individual experts and the institutions in the relevant fields. This may be done by CPTU from the top performers in the current three-week training programs that is being conducted under PPRP II;  Electronic government procurement: Introduction of possible electronic government procurement (e-GP) in some selected entities on a pilot basis, which may be replicated after successful operation in the remaining agencies. Under PPRP II, this has been initiated in four major procuring entities under PPRP II;  Behavioral change communication: Adapting a communication campaign for behavioral and attitude change for various groups of the society, especially using electronic media and advocacy campaign to improve constituency for demand in better procurement with value for money and thus good governance; and  OECD-DAC benchmarking: In order to assess the system compatibility with the accepted international standards, as part of the harmonization agenda, the Government may undertake the OECD-DAC benchmarking study as a stand- alone assessment as last assessment was done in 2006 using the old indicators. 21 The OECD-DAC/World Bank benchmarking tool not only provides a list of performance indicators but also an excellent framework of a sound public procurement system. The results will allow the government to address, among others, the fraud and corruption issues and political interference that are of concern in many instances. PPRP II fund may be used to undertake the assessment. 4.4 It is expected that the major four target agencies (RHD, LGED, REB, and BWDB) will implement the above recommendations either as part of their implementation program under PPRP II or through similar arrangements. PPRP II has adequate budget to consider such efforts, some of which are already included in their program, in particular, monitoring, capacity development, e-procurement, behavioural change, incentive mechanism, etc. For the remaining agencies, it needs to be sequenced and implemented in a phased manner from medium-long-term perspective, in particular to cover the health and education sector. 22 Annex 1 Procurement Performance Indicators (PPI) Indicator Process Indicator Performance Data 1. Annual Procurement Plan % of procuring entities prepared annual procurement plan 2. Contract packaging % of contracts in a procurement plan appropriately packaged. 3. Advertisement of bid % of open bidding publicly advertised opportunities in newspaper 4. Advertisement of bid % of open bidding (above threshold) advertised in opportunities in CPTU’s CPTU’s website website 5. Multiple submission of bid % of cases allowed submission of bids in multiple locations. 6. Bid preparation time in open Average number of days between IFB publication bidding method and bid submission deadline. 7. Bidding time compliance % of cases allowed adequate time for bidding. 8. Sale of bidding documents Average number of bidding documents sold 9. Bidder participation Average number of bidders submitting bid. 10. Bid Opening Committee % of cases BOC included at least one member formation from BEC. 11. Bid Evaluation Committee % of cases BEC formed by contract approving formation authority. 12. Outside member in BEC % of cases BEC included two external members outside the procuring entity. 13. Bid evaluation time Average number of days between bid opening and completion of evaluation. 14. Compliance of bid % of cases bid evaluation has been completed evaluation time within timeline. 15. Bid Acceptance Average no. of responsive bids 16. Re-bidding % of cases BEC recommended for re-bidding 17. Bid Evaluation Approval Average number of days taken by the approving Time authority. 18. Submission of evaluation % of cases BEC submitted report directly to the report to appropriate approving authority. authority 19. BER approval compliance % of cases contract award decision made within timeline by contract approving authority. 20. Additional review of BER % of cases BER reviewed by person / committee other than the contract approving authority. 23 Indicator Process Indicator Performance Data 21. Bid processing lead time Average number of days between bid opening and Notification of Award (NOA). 22. Publication of award % of contract awards published in CPTU’s information website. 23. Efficiency in contract award % of contracts awarded within initial bid validity period 24. Opening of L/C Average number of days taken between signing of contract and issue of L/C 25. Delivery time % of contracts completed within original deadline. 26. Liquidated damage % of cases liquidated damaged imposed for delayed delivery / completion. 27. Completion rate % of contracts fully completed and accepted 28. Late Payment % of contracts where payment made late. 29. Complaints % of bid procedures with complaints 30. Resolution of Complaints % cases complaints have been resolved 31. Independent Review Panel % cases review panel’s decision was upheld 32. Fraud & Corruption (F&C) % of cases identified with F&C 33. Trained procurement staff* % of procuring entities with trained procurement staff. 34. Procurement post review % of procuring entities conducted annual procurement post review. 35 Sub-delegation % contract approved as per rule * : Training in goods/ works/ services at least for a period of 10 working days 24 Annex 2 Contracts Sample Studied (FY06 and FY07) Total contracts (FY06 and FY07) Delegation Level REB LGED BWDB RHD HEALTH NCTB TOTAL level_1: Executive Engineer 0 46085 1450 551 0 0 48086 Level_2: PD/Director 0 713 458 5448 89 25 6733 Level_ 3: HOPE 0 188 10 107 87 510 902 Level_4: Board 269 0 0 0 0 0 269 Level_5: Minister 0 8 2 48 46 0 104 Level_6: CCGP 0 3 0 11 5 6 25 Total 269 46997 1920 6165 227 541 56119 Percentage of Contract Sample Reviewed REB LGED BWDB RHD HEALTH NCTB TOTAL level_1: Executive Engineer - 0.26 4.14 10.71 - - 0.49 Level_2: PD/Director - 2.81 2.18 0.57 12.36 20.00 1.14 Level_ 3: HOPE - 13.83 20.00 14.95 14.94 5.10 9.20 Level_4: Board 14.87 - - - - - 14.87 Level_4: Minister - 100.00 50.00 50.00 26.09 - 43.27 Level_5: CCGP - 100.00 - 100.00 100.00 100.00 100.00 Total 14.87 0.37 3.80 2.29 18.06 6.84 0.91 Actual Number of Contracts Reviewed AGENCIES COVERED DELEGATION REB LGED BWDB RHD Health NCTB All District/Ex. En. - 119 60 59 - - 238 PD - 20 10 31 11 5 77 HOPE - 26 2 16 13 26 83 Board 40 - - - - - 40 Ministry - 8 1 24 12 - 45 CCGP - 3 - 11 5 6 25 Total 40 176 73 141 41 37 508 25 Contract Sample Distribution by Location Division District REB LGED BWDB RHD HEALTH NCTB Total Mymensing - 10 5 5 - - 20 Dhaka Manikganj - 16 - 5 - - 21 Faridpur - - 5 - - - 5 Comilla - 16 5 5 - - 26 Chittagong Feni - 10 5 5 - - 20 Bogra - 10 5 5 - - 20 Rajshahi Kurigram - 10 5 5 - - 20 Khulna - 10 5 5 - - 20 Khulna Bagerhat - 10 5 4 - - 19 Sylhet - 12 5 5 - - 22 Sylhet Moulovibazar - 12 5 5 - - 22 Barisal - 10 5 5 - - 20 Barisal Jhalakathi - 10 - 5 - - 15 Pirojpur - - 5 - - - 5 District Total - 136 60 59 - - 255 Head Quarter 40 40 13 82 41 37 253 GrandTotal 40 176 73 141 41 37 508 26 Contracts by Category* Contract Type Procurement Method ICB NCB QCBS Goods and works 11 489 Consultant Services 8 Total 508 * : Most contracts were for works; consultant did not separate data for goods/works Financial Delegation for Goods and Works Delegation Level Financial Limit (BDT Million) REB LGED BWDB RHD District/ Executive Engineer - 40 7.5 20 Project Director/ Director* - 80 80 80 HOPE 140 140 140 140 Board of Directors 240 N/A 240 N/A Ministry 500 500 500 500 CCGP > 500 > 500 > 500 > 500 Financial Delegation for Consultants Services Delegation Level Financial Limit (BDT Million) REB LGED BWDB RHD District/ Executive Engineer - N/A - N/A Project Director/ Director* - 10 10 10 HOPE 20 40 20 40 Board of Directors 40 N/A 40 N/A Ministry 100 100 100 100 CCGP > 100 > 100 > 100 > 100 Note: “*� PD’s level is for projects of > BDT 500 million Coversion rate : US$1 = BDT 69 27 Annex 3 Agency Level Performance: Key Indicators SL Key Implementing Agencies Performance Indicators REB LGED BWDB RHD Overall 1 % of open bidding publicly advertised 82.50 100.00 95.89 100.00 97.70 2 % of cases allowed submission of bids in multiple 5.00 88.07 98.63 80.85 79.77 locations 3a Average number of days between IFB publication and bid submission deadline – for NCB 34.45 28.81 25.84 29.94 29.20 3a % of cases allowed minimum number of days between IFB publication and bid submission deadline as per PPR – for NCB 27.5 9.1 20.5 35.5 21.4 3b Average number of days between IFB publication and bid submission deadline – for ICB - 47.00 - - 47.00 3b % of cases allowed minimum number of days between IFB publication and bid submission deadline as per PPR - 100.00 - - 100.00 – for NCB 4 Average number of bidding documents sold 6.20 9.74 17.23 13.67 11.56 5 Average number of bidders submitting bid 3.65 4.93 11.95 8.20 7.07 6 % of cases BEC included two external members outside 85.00 99.43 98.63 100.00 98.14 the procuring entity 7 % of cases bid evaluation has been completed within 27.50 50.00 39.73 30.50 39.80 timeline 8 Average number of responsive bids 3.22 4.09 6.37 5.39 4.82 10 % of cases BEC submitted report directly to the 100.00 92.61 97.26 83.69 91.16 approving authority 11 % of cases contract award decision made within timeline 82.50 63.64 24.11 53.02 by contract approving authority 67.12 12 % of contract awards (above threshold level) published 11.54 48.65 26.09 21.57 in CPTU website 8.96 13 % of cases completed within time after bid opening and 37.5 58.0 41.6 20.6 41.4 Notification of Award (NOA) 14 % of contracts awarded within initial bid validity period 45.00 78.41 79.45 47.52 65.35 15 % of contracts completed within original deadline 95.00 63.01 48.23 51.40 39.20 16 % of cases liquidated damage imposed for delayed delivery / completion 100.0 9.1 5.3 12.1 10.7 17 % of contracts where payment made late 0.00 28.79 15.87 61.18 31.25 18 % of bid procedures with complaints 2.50 0.00 0.00 0.00 0.23 19 % of cases identified with F&C 0.00 0.00 0.00 0.00 0.00 28 Annex 4 List of Key Agencies Visited/ Individuals Met Serial # Name of Organization/ Individual 1 Implementation Monitoring and Evaluation Division (IMED) 2 Central Procurement Technical Unit ( CPTU) 3 Local Government Engineering Department ( LGED) 4 Bangladesh Rural Electrification Board ( REB) 5 Roads and Highways Department (RHD) 6 Bangladesh Water Development Board ( BWDB) 7 Central Medical Stores Depot ( CMSD) 8 Directorate General of Family Planning ( DGFP) 9 National Curriculum Text Book Board ( NCTB) 10 Bangladesh NGO Foundation ( BNF) 11 Asian Development Bank 12 Transparency International Bangladesh (TIB) 13 Bangladesh Association of Consulting Engineers ( BACE) 14 Bangladesh Association of Construction Industry ( BACI) 15 SRG Bangladesh Limited (Consulting firm) 16 Hapag- LIoyd and SW Shipping Limited 17 Bangladesh Open University 18 John Snow, Inc.: USAID | DELIVER PROJECT 19 Central Bank Strengthening Project 20 Management Support Agency, MOHFW 29 REFERENCES The World Bank 2002- Bangladesh Country Procurement Assessment Report The World Bank 2002 Public Procurement Reform Project- Project Appraisal Document The World Bank 2005 BD: Public Expenditure, FM, and Proc. Review- Draft Report The World Bank 2005- Improving Public Sector Governance: The Grand Challenge The World Bank 2006 World Development Report The World Bank 2006 BD: Country Assistance Strategy The World Bank 2006- Managing the Politics of Reform The World Bank 2007- Procurement Management Capacity Development - Policy Note The World Bank 2007- Civic Engagement in Procurement Reform- Policy Note The World Bank 2007- Public Procurement Reform Project II- Appraisal Document ITC-ILO 2007 Procurement Reform Progress & Achievements in Bangladesh The World Bank 2007 Operational Risk Assessment of RHD- Draft Report The World Bank 2008- Operational Risk Assessment of LGED- Draft Report The World Bank 2008- Monitoring and Evaluation Assessment- NLTA Report 30