not for sale tanzania procurement journal...mashauri zao ili waweze kuchukua hatua stahiki. akijibu...
TRANSCRIPT
ISSN: 1821 - 6021 Vol VI - No. 19 May 7, 2013 Free with Daily News every Tuesday
Tanzania
Procurement Journal
INSI
DE
Tanzania
Procurement Journal
Tanzania
Procurement Journal
www.ppra.go.tzNOT FOR SALE
Procurement JournalProcurement Journal
Procurement opportunities
page ... 3
Procurement audit reports
page ... 6
Awarded contracts
page ... 8
Procurement Journal
One of the functions of the committee responsible for planning and
finance in a council is to oversee project implementation through
monitoring of works and goods received.Did you know ?
Minimum number of days for bidders to prepare and submit theirbids in a tender where large works are involved. 90
Forensic audit crucial for efficient use of resourcesP
rocurement forensic audit is a vital
tool that public bodies could use to
investigate inefficient use of
resources, it has been revealed.
Speaking during the workshop on Pro-
curement Forensic Audit which was
organized by the Procurement and Sup-
plies Professionals and Technicians Board
(PSPTB) in Arusha recently, Senior Super-
intendent of Police (SSP), Suleiman
Nyakulinga, said forensic audit - a blend
of traditional accounting, auditing, and
financial detective work, helps identify
fraud and persons responsible for it.
“The main aim of its use is to find out
whether true business value has been
reflected in the procurement process,
whether any fraud has taken place, and the
audit can beneficially be applied in other
areas where due diligence is required to be
carried out,” he said.
SSP Nyakulinga reiterated that forensic
procurement audit is used to describe a
wide range of investigative work with pro-
curement crime investigators into procure-
ment affairs of an alleged procuring entity.
He said the objective is to relate findings
of audit by gathering legally tenable evi-
dence and in so doing; the corporate veil
may be lifted to identify fraud and persons
responsible for it.
He said forensic audit aims at legal deter-
mination of whether fraud has actually
occurred. “It also aims at naming the cul-
prits for purposes of taking legal action,”
he added. He also said that the audit pro-
vides a sound base of factual information
that can be used to help resolve disputes as
well as facilitating court proceedings.
The workshop, which attracted 47 partici-
pants from public and private sectors, cov-
ered among others, conceptualization of
A group of participants to the training on Procurement Forensic Audit conducted inArusha recently.
forensic audit, procurement audit method-
ology, investigation on corruption in pro-
curement and misappropriation of public
funds. Other topics included tracking and
collection of procurement forensic audit
information as well as the role of PPRA
and PCCB in procurement forensic audit.
PPRA has once again reminded
procuring entities to always pub-
lish contract awards, it has been
learnt.
The reminder is a result of the find-
inds from the procurement audit
which was conducted by PPRA
between April and August, 2012.
According to the report, Ileje Dis-
trict Council and Nelson Mandela
African Institute of Science and
Technology failed to publish con-
tract awards thereby contravening
the Public Procurement Act, 2004.
The audit report for Ileje District
Council points out that the entity
failed to submit notification of con-
tract awards to PPRA for publica-
tion on its website and this Journal,
contrary to Regulation 97 (12) and
(13) of the GN. No. 97 of 2005.
In the case of Nelson Mandela
African Institute of Science and
Technology, the entity failed to dis-
close to the public the results of
contracts awarded in the financial
year 2011/12 and did not submit
copies of notification of contract
awards to PPRA contrary to the
above cited Regulation.
Furthermore, the report for the
institute says that unsuccessful bid-
ders were not notified of names of
successful bidders that it had
entered into procurement contracts
with, contrary to Reg. 97(11) of GN
97 of 2005.
In view of the observed shortfalls,
the two entities were advised to
ensure that contract award informa-
tion is submitted to PPRA for pub-
lication on its website and the Jour-
nal and the same disclosed to the
public through newspapers of wide
circulation.
The overall performance for Ileje
District Council was 54 percent
while that of Nelson Mandela
African Institute of Science and
Technology was 53 percent.
The summarized procurement
audit reports for the above two
entities begin on page 6.
PPRA reminds entities to publish contract awards
22 Tanzania Procurement JournalTuesday, Sept 29, 20092 Tanzania Procurement Journal Tuesday December 28, 2010Tanzania Procurement Journal Tuesday May 7, 2013
PROCUREMENT NEWS
Wazabuni wanaoshiriki kwenye
michakato mbalimbali ya zabuni
zinazoitishwa na taasisi nunuzi
wametakiwa kuzingatia utaratibu ulioanish-
wa kwenye sheria ya ununuzi na kanuni
zake wakati wanapowasilisha malalamiko
yao dhidi ya maamuzi yanayofanywa na
taasisi hizo katika mchakato wa zabuni.
Hayo yamesemwa na Bibi Bertha Soka,
Mkuu wa Idara ya Sheria na Mahusiano ya
Umma ya PPRA, wakati akihojiwa na Jari-
da hili kuhusu utaratibu wa kuwasilisha
malalamiko iwapo mzabuni hajaridhika na
mchakato wa zabuni. Akifafanua zaidi,
mkuu huyo wa idara alisema kwamba kwa
mujibu wa sheria ya ununuzi wa umma,
mzabuni anapowasilisha malalamiko dhidi
ya maamuzi kwenye mchakato wa ununuzi,
anapaswa kufafanua taratibu zilizokiukwa
kwenye mchakato wa zabuni, na pia kifun-
gu au vifungu vya sheria vilivyokiukwa na
kwa namna gani.
Aliendelea kubainisha kwamba katika
jukumu lake la kusimamia ununuzi wa
umma nchini, PPRA imegundua kuwa
baadhi ya wazabuni huwasilisha
malalamiko yao bila kuzingatia utaratibu
uliowekwa kisheria. “Hali hii imechangia
kuleta athari katika utekelezaji wa miradi
mbalimbali kwa wakati, pamoja na
ucheleweshaji wa upatikanaji wa huduma
zinazolenga jamii,” alilisitiza Bibi Soka.
Aliendelea kusema, “Malalamiko
hushughulikiwa katika ngazi tatu, ambapo
ngazi ya kwanza huanzia kwa afisa masuuli,
asiporidhika mlalamikaji huweza kupeleka
malalamiko yake katika ngazi ya pili
ambayo ni PPRA, na iwapo hataridhika na
maamuzi hayo, mlalamikaji atawasilisha
rufaa yake Mamlaka ya Rufani za Zabuni
(PPAA).”
Akifafanua zaidi kuhusu athari hizo, Bibi
Soka alisema kwamba kuna mazingira
ambayo baadhi ya maafisa masuuli
hushughulikia malalamiko ya wazabuni
kwa kujibu hoja zote za mlalamikaji kwa
kiwango cha kuridhisha. Hata hivyo, baad-
hi ya walalamikaji wamekuwa hawaridhiki,
na hivyo kuendeleza mlolongo wa
malalamiko kuhusu suala moja tu ambalo
pengine lingeweza kutolewa ufafanuzi kwa
utaratibu uliowekwa kisheria na hivyo
kuruhusu mchakato wa zabuni kuendelea.
Mkuu huyo wa idara aliendelea kubainisha
kwamba baadhi ya malalamiko yame-
onekana kuwa ya msingi na hatua stahiki
kuchukuliwa dhidi ya taasisi husika. Hata
hivyo, kuna baadhi ambayo yamedhihirika
kutokuwa ya msingi lakini kwa kuwa
mzabuni ana haki ya kulalamika ambayo
amepewa kisheria, hutumia fursa hiyo kuen-
deleza mlolongo wa malalamiko bila
kutambua athari zinazoweza kujitokeza.
Aliendelea kusema kwamba miradi inay-
otakiwa kutekelezwa au huduma zinazo-
takiwa kutolewa ni kwa faida ya jamii kwa
ujumla, ucheleweshaji wa utekelezaji wa
miradi au ucheleweshaji wa huduma
huweza kuleta athari zinazogusa wengi.
Aidha, kwa miradi inayotegemea fedha za
wafadhili inaweza pia kupoteza ufadhili huo
kwa taasisi husika kushindwa kutekeleza
miradi hiyo kwa wakati.
Katika kuhitimisha mahojiano na Jarida hili,
Bibi Soka amewataka wazabuni kutumia
haki yao ya malalamiko vizuri na kwa
mujibu wa sheria ili kuepuka athari zili-
zoelezwa hapo juu. Aidha, alitoa wito kwa
wazabuni kushirikiana na taasisi nunuzi
pamoja na PPRA katika kuhakikisha kwam-
ba ununuzi wa umma unaleta thamani halisi
ya fedha iliyotumika.
Wazabuni watakiwa kuzingatia sheria wanapowasilisha malalamiko
Mojawapo ya majukumu ya kamati inayohusika na masuala ya mipango na
fedha ni kufuatilia utekelezaji wa miradi ya ujenzi na bidhaa zinazowasilishwa
kwenye halmashauri.Je wajua?
Idadi ya siku wanazopewa wazabuni kuandaa nakuwasilisha zabuni zao kwenye zabuni ambayoinahusisha miradi mikubwa ya ujenzi.
90
Mameya na wenyeviti wa hal-
mashauri nchini wameiomba
PPRA kuendelea kutoa
mafunzo kuhusu sheria ya ununuzi wa
umma na kanuni zake kwa wakurugenzi
na wakuu wa idara za halmashauri
pamoja na madiwani ili kuwajengea
uwezo katika utekelezaji wake.
Hayo yalisemwa na mameya na
wenyeviti wa halmashauri nchini
walipohudhuria mafunzo ya sheria ya
ununuzi wa umma na kanuni zake mjini
Morogoro hivi karibuni. Washiriki hao
waliiomba PPRA kutoa mafunzo hayo
mara kwa mara kwa madiwani na waten-
daji wa halmashauri kupitia ofisi za
kanda ambazo PPRA inatarajia kufungua
katika mikoa ya Dar es Salaam, Mbeya,
Arusha, Mwanza na Dodoma.
Aidha, washiriki hao walikuwa na
maoni kwamba utaratibu uliowekwa na
sheria mpya ya ununuzi wa umma ya
mwaka 2011 wa kuwataka madiwani
kupitia mapendekezo ya utoaji tuzo kwa
mshindi wa zabuni uangaliwe upya
baina ya PPRA na TAMISEMI.
Walipendekeza kwamba endapo
wajumbe wa Kamati ya Fedha
hawataridhia mapendekezo ya tuzo,
watoe hoja au maoni na kumrudishia
mkurugenzi mtendaji afanyie kazi hoja
hizo. Iwapo mkurugenzi hatakubaliana
na hoja hizo, awasilishe hoja hiyo PPRA
waweze kufanya uchunguzi.
Washiriki pia waliiomba PPRA kuhakik-
isha kuwa wanawapatia nakala madi-
wani taarifa za uchunguzi wa ununuzi
zilizofanywa na PPRA kwenye hal-
mashauri zao ili waweze kuchukua hatua
stahiki.
Akijibu hoja za washiriki, Afisa
Mtendaji Mkuu wa PPRA, Dk.
Ramadhan Mlinga, aliwajulisha kuwa
PPRA imeyachukua mapendekezo yao
na itayafanyia kazi. Aidha, aliendelea
kusema kwamba ili sheria ya ununuzi
ilete matokeo yanayotarajiwa lazima jiti-
hada zifanyike kuhakikisha kuwa viten-
go vya ununuzi vinaimarishwa kwa
kuwa na watumishi wenye elimu na
ujuzi unaotakiwa pamoja na nyenzo za
kufanyia kazi.
Dk. Mlinga aliendelea kusema kuwa
ununuzi wa umma utaleta matokeo
yanayotarajiwa iwapo watendaji wa
umma wanaohusika na ununuzi
watakuwa waadilifu na wazalendo kwa
kuweka maslahi ya umma mbele badala
ya maslahi binafsi. “Suala lingine
muhimu linaloweza kuleta ufanisi katika
ununuzi wa umma ni kuongeza uwazi
kwa lengo la kuepusha vitendo vya rush-
wa kwenye ununuzi,” alisema.
Afisa Mtendaji Mkuu wa PPRA alisisiti-
za kuwa kila taasisi nunuzi ihakikishe
ina mpango wa ununuzi wa mwaka
unaoendana na bajeti na kuhakikisha
kuwa unafuatwa kikamilifu. “Ni lazima
taasisi nunuzi zihakikishe ufuatiliaji wa
karibu wa utekelezaji wa mikataba ikiwa
ni pamoja na kuwachukulia hatua wale
wote ambao watathibitika kukiuka she-
ria,” aliongeza.
Halmashauri zijengeweuwezo - Madiwani
TAARIFA KWA UMMAMamlaka ya Udhibiti wa Ununuzi wa Umma (PPRA)katika mkakati wake wa kujenga
ubia na umma kuhusu masuala ya ununuzi, itaendelea kurusha vipindi vya kuelimisha
umma kuhusu sheria ya ununuzi wa umma. Ratiba ya kurusha vipindi hivyo ni kama ifu-
atavyo:
•Kila Jumatano stesheni ya Star TV kuanzia saa 1.00 mpaka saa 1.30 jioni;
•Kila Ijumaa stesheni ya ITV kuanzia saa 1.00 mpaka saa 1.30 jioni; na
•Kila Jumamosi stesheni ya TBC1 kuanzia saa 3.00 mpaka saa 3.30 usiku
PPRA inawaalika wote kuangalia vipindi hivi ili kuweza kupata uelewa wa sheria ya
ununuzi wa umma. Aidha, Mamlaka ingependa kupata maoni yako kuhusu vipindi hivyo
na jinsi ya kuviboresha.
Iwapo una maoni tafadhali wasiliana nasi kupitia anwani ifuatayo:
Afisa Mtendaji Mkuu,
Mamlaka ya Udhibiti wa Ununuzi wa Umma,
S.L.P. 49, Dar es Salaam
Nukushi: +255 22 2121238; Barua pepe: [email protected]
Tuesday December 21, 2010 Tanzania Procurement Journal 3
GOODSProcuring entity: Dar es Salaam Water and
Sewerage Corporation
Tender No: AE/032/2013 - 2014/HQ/G/01
Tender Name: Supply of Water Treatment
Chemicals.
Lot 1: Polymer Blend.
Lot 2: Disinfectants Case 1.
Lot 3:Disinfectants Case 2.
Lot 4: Poly Aluminum Chloride (PAC)
Powder.
Lot 5: Aluminum Sulphate.
Lot 6: Soda Ash.
Source of Fund: Government of Tanzania
Eligible Firms: National
Method of Procurement: NCB
Price of Bid Document: Tshs. 50,000
Contact Address: The Secretary TB, Dar es
Salaam Water and Sewerage Corporation,
P.O. Box 5340, Dar es Salaam
Deadline: 12th June 2013, 14:00 hours
Procuring entity: Dar es Salaam Water and
Sewerage Corporation
Tender No: AE/032/2013 - 2014/HQ/NC/01
Tender Name: Provision of
Telecommunication Service.
Directors - Post Paid 6, Staff - Prepaid - 31,
Staff - Prepaid - 93
Source of Fund: Government of Tanzania
Eligible Firms: National
Method of Procurement: NCB
Price of Bid Document: Tshs. 50,000
Contact Address: The Secretary TB, Dar es
Salaam Water and Sewerage Corporation,
P.O. Box 5340, Dar es Salaam
Deadline: 12th June 2013, 14:00 hours
Procuring entity: Meatu District Council
Tender No: LGA/110/2012-13/G/01
Tender Name: Supply of Water Treatment
Chemicals. Calcium Hypochlorite 36,000kg
Granule Concentration 65-75 Percentage.
Aluminum Sulphate 1,080kg Concentration
65-75Percent
Source of Fund: Government of Tanzania
Eligible Firms: National
Method of Procurement: NCB
Price of Bid Document: Tshs. 100,000
Contact Address: The Secretary TB, Meatu
District Council P.O. Box 44, Meatu
Deadline: 29th May 2013, 12:00 hours
Procuring entity: Tanzania Ports Authority
Tender No: AE/016/2012-13/CTB/G//14
Tender Name: Supply and Commissioning
of one 10,000 Liters Water Bowser for
Mtwara Port
Source of Fund: Government of Tanzania
Eligible Firms: National
Method of Procurement: NCB
Price of Bid Document: Tshs. 100,000
Contact Address: The Secretary TB,
Tanzania Port Authority, P.O. Box 9184, Dar
es Salaam
Deadline: 6th June 2013, 10:00 hours
Procuring entity: Government Procurement
Services Agency
Tender No: AE/005/HQ/2012/2013/G/4
Tender Name: Supply of Computers,
Servers, Fax Machines, Printers,
Consumables, External Storage Facilities
and other ICT Equipment
Source of Fund: Government of Tanzania
Eligible Firms: National
Method of Procurement: NCB
Price of Bid Document: Tshs. 50,000
Contact Address: The Secretary TB,
Government Procurement Services Agency,
P.O. Box 9150, Dar es Salaam
Deadline: 27th May 2013, 10:00 hours
Procuring entity: Vocational Education and
Training Authority
Tender No: PA/024/2012/13/HQ/G/39
Tender Name: Supply of Motor Vehicles
Source of Fund: Government of Tanzania
Eligible Firms: National
Method of Procurement: NCB
Price of Bid Document: Tshs. 50,000
Contact Address: The Secretary TB,
Vocational Education and Training
Authority, P.O. Box 2849, Dar es Salaam
Deadline: 30th May 2013, 10:00 hours
Procuring entity: Ministry of
Communication, Science and Technology
Tender No: ME/06/2011-12/STHEP/G/02
Tender Name: Supply for Installation and
Commissioning of OPTIC Fiber Cable
(OFC) and Related Civil Works for Higher
Leaning and Research Institutions (HERIS)
in Tanzania in
Lot 3: for Morogoro and Zanzibar HERIs.
Lot 4: Iringa and Mbeya HERIs.
Lot 5: Kilimanjaro HERIs.
Source of Fund: Government of Tanzania
Eligible Firms: National and International
Method of Procurement: NCS
Price of Bid Document: Tshs. 100,000
Contact Address: The Secretary TB,
Ministry of Communication, Science and
Technology, P.O. Box 2645, Dar es Salaam
Deadline: 5th June 2013, 10:00 hours
Procuring entity: Government Procurement
Services Agency
Tender No: AE/005/HQ/2012/2013/G/05
Tender Name: Procurement of Gas Oil and
Premium Motor Gasoline (Unleaded)
Source of Fund: Government of Tanzania
Eligible Firms: National
Method of Procurement: NCB
Price of Bid Document: Tshs. 50,000
Contact Address: The Secretary TB,
Government Procurement Services Agency,
P.O. Box 9150, Dar es Salaam
Deadline: 20th May 2013, 10:00 hours
Procuring entity: Tanzania Institute of
Education
Tender No: PA/070/2012-13/G/07
Tender Name: Printing of
Lot 1: Syllabi.
Lot 2: Syllabi Guides for Primary School.
Source of Fund: Government of Tanzania
Eligible Firms: National
Method of Procurement: NCB
Price of Bid Document: Tshs. 100,000
Contact Address: The Secretary, Tanzania
Institute of Education TB, P.O. Box 35094,
Dar es salaam
Deadline: 26th May 2013, 10:00 hours
Procuring entity: Ministry of Energy and
Minerals
Tender No: ME/008/2012-13/SMMRP/G/33
Tender Name: Supply of
Lot 1: Gemological Laboratory Equipment.
Lot 2: Environmental Laboratory
Equipment.
Lot 3: Reference Textbooks.
Source of Fund: Government of Tanzania
Eligible Firms: National and International
Method of Procurement: NCB
Price of Bid Document: Tshs. 50,000
Contact Address: The Secretary TB,
Ministry of Energy and Minerals, P.O. Box
2000, Dar es Salaam
Deadline: 30th May 2013, 10:00 hours
Procuring entity: Ministry of Energy and
Minerals
Tender No: ME/008/2012-13/SMMRP/G/32
Tender Name: Supply of Geophysical
Equipment for State Mining Corporation.
Lot 1: Magnetometers, Resistivity/ Ip
Equipment, Gamma Ray
Spectrometer.
Lot 2: Global Positioning System (GPS),
Compass.
Source of Fund: Government of Tanzania
Eligible Firms: National and International
Method of Procurement: NCB
Price of Bid Document: Tshs. 50,000
Contact Address: The Secretary TB,
Ministry of Energy and Minerals, P.O. Box
2000, Dar es Salaam
Deadline: 30th May 2013, 10:00 hours
WORKSProcuring entity: Kigoma/Ujiji Water
Supply and Sanitation Authority
Tender No: KUWASA/TB/4/2013
Tender Name: Works for Construction of
150m3 Water Tank and Auxiliary Works
Source of Fund: Government of Tanzania
Eligible Firms: National
Method of Procurement: NCB
Price of Bid Document: Tshs. 50,000
Contact Address: The Secretary TB,
Kigoma/Ujiji Water Supply and Sanitation
Authority, P.O. Box 812,Kigoma
Deadline: 22nd May 2013, 10:00 hours
Procuring entity: Meatu District Council
Tender No: LGA/110/2012-13/W/08-13
Tender Name: Works for Completion of 4
Class Rooms at for
Lot 1: Mwandoya Secondary School and
Construction of Toilet of 8 Stances.
Lot 2: New Laboratory at Mwandoya
Secondary School.
Lot 3: New Laboratory of Mwandoya
Secondary School.
Lot 4: Completion of 3 Classrooms at
Mwamishali Secondary School and
Construction of Toilet of 8 Stances.
Lot 5: Laboratory at Mwamishali Secondary
School.
Source of Fund: Government of Tanzania
Eligible Firms: National
Method of Procurement: NCB
Price of Bid Document: Tshs. 100,000
Contact Address: The Secretary TB, Meatu
District Council P.O. Box 44, Meatu
Deadline: 29th May 2013, 12:00 hours
Procuring entity: Babati Town Council
Tender No:
Tender Name: Works for Construction of
Fence and Guard House of Babati Town
council Headquarters Building
Source of Fund: Government of Tanzania
Eligible Firms: National
Method of Procurement: NCB
Price of Bid Document: Tshs. 100,000
Contact Address: The Secretary TB, Babati
Town Council, P. O. Box 383, Babati
Deadline: 24th May 2013, 14:00 hours
Procuring entity: Ministry of Home Affairs
Tender No: ME 014/2012/2013/W/02
Tender Name: Proposed Construction of
Idete Prison Irrigation Scheme in Kilombero
District for Tanzania Prisons Service
Department
Source of Fund: Government of Tanzania
Eligible Firms: National
Method of Procurement: NCB
Price of Bid Document: Tshs. 100,000
Contact Address: The Secretary TB,
Ministry of Home Affairs, P.O. Box 9223,
Dar es Salaam
Deadline: 31st May 2013, 10:00 hours
Procuring entity: Tanzania Electric Supply
Company Limited
Tender No: PA/001/13/NZN/W/005-3
Tender Name: Works for
Tender 05: Mojor Repair to Roof Structure
at Pangani Hydro Plants.
Tender 03: Renorvation of Tanga Region
Building.
Source of Fund: Government of Tanzania
Eligible Firms: National
Method of Procurement: NCB
Price of Bid Document: Tshs. 100,000
Contact Address: The Secretary TB,
Tanzania Electric Supply Company Limited,
P.O. Box 9024, Dar es Salaam
Deadline: 29th May 2013, 14:30 hours
This section provides summaries of open tender opportunities in Procuring Entities (PEs). More details of the tenders may be found on PPRA web-
site www.ppra.go.tz. Prospective bidders are required to confirm the information provided hereunder or seek further details from respective PEs.
PROCUREMENT OPPORTUNITIES
Tuesday December 28, 2010 Tanzania Procurement Journal 3Tuesday May 7, 2013 Tanzania Procurement Journal 3
Continues on page 4
44 Tanzania Procurement JournalTuesday, Sept 29, 20094 Tanzania Procurement Journal Tuesday December 28, 2010Tanzania Procurement Journal Tuesday May 7, 2013
PROCUREMENT OPPORTUNITIES
Procuring entity: Tanzania National Roads
Agency
Tender No: AE/100/2012/13/HQ/W/ 54
Tender Name: Works for Construction of
Weighbridge Station Including Supply and
Installation of a Brandy New Weighbridge
Scale at Kubiterere ( Sirari) in Mara Region
Source of Fund: Government of Tanzania
Eligible Firms: National
Method of Procurement: NCB
Price of Bid Document: Tshs. 200,000
Contact Address: The Secretary TB,
Tanzania National Roads Agency, P.O. Box
11364, Dar es Salaam
Deadline: 19th June 2013, 10:00 hours
Procuring entity: Tanzania National Roads
Agency
Tender No: AE/001/2013/2014/MB/W/01-
04, 07,11,14,17,19,22-25,27 - 25,27-45
Tender Name: Works for Spot Improvement,
Periodic, Routine and Recurrent
Maintenance, Rehabilitation Works and
Bridge Major Repairs for Trunk and
Regional Roads in Mbeya Region
Source of Fund: Government of Tanzania
Eligible Firms: National
Method of Procurement: NCB
Price of Bid Document: Tshs. 100,000
Contact Address: The Secretary TB,
Tanzania National Roads Agency. P. O. Box
258, Mbeya
Deadline: 31st May 2013, 10:00 hours
CONSULTANCYProcuring entity: Tanzania National Roads
Agency
Tender No: AE/100/2012/13/HQ/C/ 127
Tender Name: Consultancy Service for
Feasibility Study, Detailed Engineering
Design and Preparation of Tender
Documents for Upgrading of Nyahua -
Chanya Road 985.4Km) to Bitumen
Standard
Source of Fund: Government of Tanzania
Eligible Firms: National and International
Method of Procurement: NCS
Price of Bid Document: N/A
Contact Address: The Secretary TB,
Tanzania National Roads Agency, P.O. Box
11364, Dar es Salaam
Deadline: 30th May 2013, 10:00 hours
NON - CONSULTANCYProcuring entity: Meatu District Council
Tender No: LGA/110/2012-13/NCS/01
Tender Name: Provision of Revenue
Collection on Livestock Market
Source of Fund: Government of Tanzania
Eligible Firms: National
Method of Procurement: NCB
Price of Bid Document: Tshs. 100,000
Contact Address: The Secretary TB, Meatu
District Council P.O. Box 44, Meatu
Deadline: 29th May 2013, 12:00 hours
Procuring entity: National Insurance
Corporation of Tanzania
Tender No: PA/069/HQ/2013/NC/01
Tender Name: Provision of Printing Services
for Various NIC Documents
Source of Fund: Government of Tanzania
Eligible Firms: National
Method of Procurement: NCB
Price of Bid Document: Tshs. 100,000
Contact Address: The Secretary TB, National
Insurance Corporation of Tanzania, P.O. Box
9264, Dar es Salaam
Deadline: 28th May 2013, 15:00 hours
Procuring entity: Njombe Town Council
Tender No: LGA/134/REV/2013 -2014
Tender Name: Provision for Revenue
Collection at Various Sources Within
Njombe Town Council
Source of Fund: Government of Tanzania
Eligible Firms: National
Method of Procurement: NCB
Price of Bid Document: Tshs. 50,000
Contact Address: The Secretary TB, Njombe
Town Council, P.O. Box 577, Njombe
Deadline: 3rd June 2013, 10:00 hours
DISPOSALProcuring entity: National Social Security
Fund
Tender No: PA/004/2012-13/HQ/D/03
Tender Name: Provision of Leasing or
Purchase of Fund’s Property Located Near
Leader’s Club in Kinondoni District Area
Dar es Salaam
Source of Fund: Government of Tanzania
Eligible Firms: National
Method of Procurement: NCB
Price of Bid Document: Tshs. 100,000
Contact Address: The Secretary TB, National
Social Security Fund, P.O. Box 1322, Dar es
Salaam
Deadline: 31st May 2013, 15:00 hours
Continued from page 3
Editorial Board of TanzaniaProcurement Journal
Dr. Laurent M. Shirima... Chairman
Mr. Christopher E. Mwakibinga...Vice Chairman
Mrs. Bertha H. Soka ... Member
Mr. Awadhi J. Suluo ... Member
Eng. Eva M. Lupembe ... Member
Mrs. Coleta D. Mnyamani ... Secretary
Eng. Nestor H. Ilahuka ... Editor
TPJ is published by PPRA every Tuesday
Contacts:
Public Procurement Regulatory Authority
(PPRA), PPF Tower, 8th Floor,
PO Box 49, Dar es saalam.
Tanzania
Tel: +255 22 2121236;
Fax: +255 22 2121238;
email: [email protected];
Website: www.ppra.go.tz
JAMHURI YA MUUNGANO WA TANZANIA
WIZARA YA FEDHA
WAKALA WA HUDUMA YA UNUNUZI SERIKALINI (GPSA)
TANGAZO
MWALIKO WA MAFUNZO JUU YA MFUMO WA UNUNUZIWA PAMOJA WA VIFAA NA HUDUMA MTAMBUKA KWA
KUTUMIA MIKATABA MAALUMU
Wakala wa Huduma ya Ununuzi Serikalini umeandaa mafunzo kwa
watendaji wa Taasisi za Umma ili kuwaongezea weledi katika utumi-
aji Mfumo wa Ununuzi wa Pamoja wa Vifaa na HudumaMtambuka kwa kutumia Mikataba Maalum.
Mafunzo yatatolewa katika maeneo yafuatayo:-
• Sheria mpya ya Ununuzi wa Umma Na.7 ya mwaka 2011
• Mfumo wa Ununuzi wa Pamoja wa Vifaa na Huduma Mtambuka
kwa mujibu wa Sheria Mpya ya Ununuzi wa Umma
• Matumizi ya Mikataba Maalum na wajibu wa pande zinazohusika
• Matumizi ya mtandao katika kupata na kutoa taarifa
Mafunzo haya yataendeshwa katika mikoa ifuatayo:-
Walengwa wa mafunzo haya ni Maafisa Ununuzi na Ugavi,Watumishi katika Kitengo cha Ununuzi (PMU), Wajumbe wa Bodiya Zabuni, Wakuu wa Shule za Sekondari/Vyuo, Wajumbe waKamati za Shule za Sekondari, Maafisa Elimu, Wahakikimalipamoja na Wakaguzi wa Hesabu za Serikali.
Kila mshiriki anatakiwa kulipa ada ya mafunzo ya shilingi300,000.00 kwa Mtendaji Mkuu, Wakala wa Huduma ya UnunuziSerikalini, S.L.P 9150, Dar es Salaam kwa njia ya hundi za benki au
fedha taslimu katika akaunti za CRDB – Na. 01J1095100500 auNMB – Na. 2011000064 au katika ofisi zetu za mikoa.
Angalizo:Washiriki/mshiriki atakayelipia kupitia benki ahakikishe
‘’Bank Pay in Slip’’ yake anaiwasilisha katika Ofisi ya GPSA MakaoMakuu Dar es salaam iliyopo Mtaa wa Bohari – Barabara yaNyerere au katika ofisi zetu za mikoa ili aandikiwe Hati ya Malipo(ERV) kwa lengo la kujua idadi kamili ya washiriki kwa ajili ya
kufanya maadalizi na kupeana taarifa.Tafadhali zingatia ili kuepuka
usumbufu.
Imetolewa na
Mtendaji Mkuu,Wakala wa Huduma ya Ununuzi Serikalini [GPSA]
S.L.P 9150, Dar es Salaam.Simu: +255 22 2861617/2866072
Nukushi: +255 22 2866072Barua pepe: [email protected]
Tovuti: www.gpsa.go.tz
MKOA KITUO CHA MAFUNZOWASHIRIKI WAMAFUNZO
TAREHE YAMAFUNZO
Mtwara UKUMBI WA HALMASHAURI MIKOA YOTE
15/05/2013 -
17/05/2013
Iringa UKUMBI WA VETA MIKOA YOTE
29/05/2013 -
31/05/2013
Mwanza UKUMBI WA VETA MIKOA YOTE
05/06/2013 -
07/06/2013
DSM MSIMBAZI CENTRE MIKOA YOTE
19/06/2013 -
21/06/2013
Tuesday December 21, 2010 Tanzania Procurement Journal 5
PROCUREMENT NEWS
Tuesday December 28, 2010 Tanzania Procurement Journal 5Tuesday May 7, 2013 Tanzania Procurement Journal 5
PROCUREMENT AND SUPPLIES PROFESSIONALS ANDTECHNICIANS BOARD
PUBLIC NOTICE
TWO DAYS WORKSHOP ON PROCUREMENT FORENSIC AUDITING (PFA)
Place: MOROGORO
Venue: HILUX HOTEL
Date: 16th to 17th May, 2013
OverviewDue to the increased demand and requests from our stakeholders, PSPTB
has decided to re-run the workshop on Procurement Forensic Auditing
(PFA). The workshop will be conducted for two days starting from 16th to
17th May 2013. The workshop is an intensive one and will take participants
to both theoretical and practical skills on procurement forensic auditing.
Some case studies will be presented and discussed to give participants the
insights of procurement auditing.
Workshop Programme (Contents)• Conceptualization of Procurement Forensic Auditing
• Procurement Audit methods
• Investigation for Procurement Forensic Auditing
• Procurement corruption and misappropriation
• PFA evidence
• Tracking and collection of Procurement Forensic Auditing evidence
• The role of PPRA and PCCB in Procurement Forensic Auditing
Who should attend? • Procurement Officers and Managers
• Procurement Auditors
• Supplies Officers
• Stock Auditors
• Logistics officers
• Stock controllers
• Internal Auditors
• Stores personnel
• Heads of functional departments
• Any interested individuals
COURSE FEE:Tshs. 400,000/= per participant to cover for tuition, training materials,
tea/coffee and lunch. Payment should be done through our NBC Corporate
Branch A/C No. 0111 0301 7252 or NMB House Branch A/C No.
2013500374.
For further details contact:
Executive Director,
PSPTB,
P.O. Box 5993,
DAR-ES-SALAAM.
Tel. No. 255-22-2865860
Fax. No. 255-22-2862138
E-mail: [email protected]
Website: http://www.psptb.go.tz
PROCUREMENT AND SUPPLIES PROFESSIONALSAND TECHNICIANS BOARD
PUBLIC NOTICE
THREE DAYS WORKSHOP ON ETHICAL IMPLICATIONS
OF SUPPLIER RELATIONSHIP MANAGEMENT
Place: TANGA
Venue: BANDARI CONFERENCE HALL, TPA TANGA
Date: 29th to 31st May, 2013
OverviewThe workshop intends to equip participants with knowledge and
skills of acquiring, retaining and managing reliable relationships
with both prospective and current sources of supply.
Who should attend?• Procurement and Supplies staff
• Suppliers
• Warehouse/ Store staff
• Members of Tender Boards
• Members of PMU
• User departments and stores personnel
• Human Resource Management staff
• Any interested people
Workshop (Programme) Contents• Conceptualization of supplier relationship
• Types of relationships in business environment
• Maintaining ethics in Business relationships
• Unauthorized behavior in business relationships
• Win-win relationships and supplier development focus
• Ethics and Integrity in business relations.
COURSE FEE:Tshs. 400,000/= per participant to cover for tuition, training mate-
rials, tea/coffee and lunch. Payment should be done through our
NBC Corporate Branch A/C No. 0111 0301 7252 or NMB House
Branch A/C No. 2013500374.
For further details contact:
Executive Director,
PSPTB,
P.O. Box 5993,
DAR-ES-SALAAM.
Tel. No. 255-22-2865860
Fax. No. 255-22-2862138
E-mail: [email protected]
Website: http://www.psptb.go.tz
66 Tanzania Procurement JournalTuesday, Sept 29, 20096 Tanzania Procurement Journal Tuesday December 28, 2010Tanzania Procurement Journal Tuesday May 7, 2013
PROCUREMENT AUDIT REPORTS
1.0 ILEJE DITRICT COUNCILThe audit was conducted between April and
August 2012. This audit covered procure-
ment amounting to 1,519,275,711 of which
Goods amounted to Tsh. 464,076,710.34,
Works Tsh. 345,630,199.63 and Non-Con-
sultancy services Tsh. 710,000,000 which
had been processed by the time of the audit.
Overall compliance of Ileje District Council
was 54% using 13 indicators. The scores for
the 13 indicators were as follows; Establish-
ment and composition of TB (50%), Estab-
lishment and composition of Procurement
Unit (PMU) (85%), Functioning of
Accounting, Tender Board, Procurement
Management Unit and User department
(74%), Preparation and adherence to annual
procurement plan(APP) (61%), Approvals
(88%), Advertisement of bid opportunities
(70%), Publications of awards (0%), Time
for preparation of bids(1%), Method of pro-
curement (1%), Use of standard tender/con-
tract documents (85%), Record keeping
(76%), Quality assurance (36%) and Con-
tract implementation (81%).
Key Findings1. Establishment and composition of
Tender Board: The Tender Board at
Ileje District Council (IDC) was estab-
lished and composed of seven members
in accordance to Sec. 28 of PPA 2004,
read together with 2nd schedule of PPA
2004. The establishment and composi-
tion of TB complied with section 28 (1)
and (2) of the PPA 2004. However, TB
members have no knowledge and were
not trained in use of PPA of 2004 and its
Regulations. PPRA was not notified on
the composition of the tender board and
their qualification pursuant to sec. 29(1)
of the PPA of 2004.
The score on establishment and com-
position of TB is 50%.
2. Establishments and composition of
Procurement Management Unit
(PMU): Procurement Management Unit
had been established in compliance with
section 34 of the PPA 2004. PMU had
one 1 permanent staff. PMU had Techni-
cal staff with expertise in other areas of
specialization in Health, Supplies, Civil
technician, Accountant pursuant to Sec-
tion 34 of PPA 2004; PMU had adequate
office space provided with one computer
and one printer. However PMU had no
secretary and was operating as a commit-
tee contrary to Section 34 of PPA 2004.
The score on establishment and com-
position of PMU is 85%.
3. Functioning of Accounting Officer, TB
and PMU: Accounting Officer per-
formed all responsibilities as per Section
33 of the PPA, 2004. However, the AO
did not staff PMU to an appropriate level
and did not appoint contract manager for
works contracts reviewed. Furthermore
AO issued adverts without being
approved by tender board. Tender Board
also exercised powers and performed
most of responsibilities pursuant to sec-
tion 30 of PPA 2004. PMU also per-
formed its responsibilities according to
section 35 of PPA 2004; However PMU
did not prepare monthly reports for the
Tender Board; did not co-ordinate the
procurement and disposal activities of all
the departments of the procuring entity.
The score on functioning of AO, TB
and PMU is 74%.
4. Preparation of and adherence to
Annual Procurement Plan (APP):
Annual Procurement Plan for financial
year 2011/2012 was prepared using
appropriate templates issued by PPRA.
However, only one template for internal
use was prepared. There were no proper
arrangements of TB and Committees’
meetings. All packages were assigned
same number for all tenders in APP con-
trary to guidelines issued by PPRA. APP
did not consolidate like categories of
goods, works or services that were to be
procured. Some of procurements imple-
mented were not shown in the APP to
maximize economy and efficiency in its
procurement as required under Regula-
tion 48 of GN No. 97 of 2005.
The score on preparation of and
adherence to APP is 61%.
5. Approvals: TB approved recommenda-
tions of award and shortlist of suppliers
and service providers. However; advert
and tender documents; contract docu-
ments, negotiation team and negotiation
plans, were not approved by TB. Minor
value procurements of contracts amount-
ing to Tshs. 1,143,769,710 had no
endorsement of the Secretary of the TB
and at least two members of the TB con-
trary to Regulation 68(5) of GN 97 of
2005.
The score on approvals is 88%.
6. Advertisement of Bid Opportunities:
Based on reviewed tenders advertise-
ments were made publicly in accordance
with Section 61(3) of PPA of 2004 and
Regulation 80 (1) of GN No. 97. Howev-
er, tender opportunities were not submit-
ted to PPRA to be published in its Web-
site and Journal.
The score on advertisement of Bid
Opportunities is 70%.
7. Publication of Awards: No publication
of award was submitted to PPRA for
publication in the PPRA’s website and in
the Tanzania Procurement Journal con-
trary to Regulation 97 (12) and (13) of
the GN. No. 97 of 2005.
The score for publication of award is 0 %.
8. Time for preparation of Bids: It was
observed that planed contracts were
given adequate time as required by Sec-
ond Schedule and Regulation 84 (1) of
GN 97 of 2005. This represent 1.4% of
tenders give adequate preparation time.
The score for preparation of Bids is 1%.
9. Method of Procurement: It was
observed that procurement methods pro-
posed in the 2011/12 APP complied with
threshold in third Schedule of Reg. GN
97 of 2005. However in the implementa-
tion only six (6) NCB and one (1) CQ for
goods were implemented using methods
proposed in the APP. All other tenders
for goods proposed to be procured
through NCB, CQ, NS, SS, FA, FWC,
were procured by using MV. There was
no explanation for deviation from the
proposed methods. Only 1.4 % tenders
were correctly implemented using cor-
rect method.
The score on method of procurement is
1%.
10.Use of standard tender/contract docu-
ments: Invitation for bid was prepared
with minimum contents according to
Reg. 81 GN 97 of 2005. Bid data sheet
was properly amended; technical specs
were properly made for works contracts.
Most of Goods contracts were not pro-
cured using standard documents.
Schedule of requirements was well pre-
pared for works contracts only. However,
evaluation reports were prepared using
non-standard documents, analysis of the
reports revealed missing standard tables,
absence of detailed evaluation of essen-
tial equipment, and personnel qualifica-
tion of technical staff. Annual procure-
ment plan was prepared in standard tem-
plate.
The score on use of standard
tender/contract documents is 85%.
11.Record Keeping: There was no contract
file with all necessary attachments; PE
had most of the procurement processing
documents, however the documents were
scattered in deferent files. Bids submitted
by bidders were not attached except for
MV contracts, some personal covenants
for evaluation attached in different files.
Brief of TB minutes were compiled in
TB minutes file.
The score on records keeping is 76 %.
12.Quality assurance: Inspection and
acceptance committee were not appoint-
ed by AO for all contracts reviewed con-
trary to Regulation 121 (2) of GN No. 97
of 2005; there was no Acceptance and
inspection reports prepared for goods
received contrary to Regulation 126 and
127 of GN No. 97 of 2005. Works con-
tracts were supervised by Council’s
Engineer. Appointment letter for Project
Manager/ Supervisor and no quality
assurance plan were prepared. Though
there were BOQs and works specifica-
tions, there were no checklists for testing
for quality verification. There were no
Tests certificates for tests performed as
per specifications; however there were
minutes of Site management meeting
held as per terms and conditions of con-
tract; however no monthly progress
report prepared as well as was no Final
inspection reports with snag list pre-
pared.
The score for quality assurance is
36%.
13.Contract implementation: During Site
Visit for Contract no
LGA/078/IDC/RF/2011/12/04 for Spot
Improvement of Ileje Town Roads. The
team observed that contractor had per-
formed work as per terms and condition
of contract. The AT however observed
that total distance length of road con-
structed was 5.8km instead of 6.0 km as
per contract agreement. It was difficult to
identify specific streets worked on
because they were not identified in the
bidding by names or drawings. There
were no Contractual certificates or inter-
im certificates, practical completion and
defect liability period certificate availed.
The score on contract implementation
is 81%.
RecommendationsIn view of the above observations, the pro-
visions of the PPA 2004 and its Regulations
made under it, the PE should adhere to and
attention should be on the following recom-
mendations:-
a) AO officer should ensure that tender
board members are trained in PPA 2004
and its Regulations and notification on
Tender Board Establishment should be
sent to PPRA.
b) PMU need to be staffed to appropriate
level pursuant to Sec. 34 of PPA 2004.
c) Tender Board should perform all its
responsibilities pursuant to Sec.30 of
PPA 2004. PMU should maintain inde-
pendence while performing all its respon-
sibilities pursuant to Sec. 35 of PPA
2005.
d) PMU should ensure that APP is prepared
with all its versions as per PPRA direc-
tives, that Packages should be numbered
so as to differentiate each tender from
another with regard to categories and
numerical numbers. PMU should ensure
that the timescale for each procurement is
calculated on the basis of the standard
processing times prescribed in the Third
Schedule to the Regulations, allowing
any necessary margin for delays in trans-
mission of documents or clarification of
tenders. From the time scale, the start
dates and critical points in the procure-
ment process should be set out in the pro-
curement plans.
e) TB should ensure that advert and tender
documents get necessary approval.
f) IDC should ensure all open tenders are
advertised and the same submitted to
PPRA for publication in its website, and
PPRA Journal
g) IDC should ensure that tender awarded
are disclosed to the public through news-
papers of wide circulations, and the same
submitted to PPRA for publication in its
website and its Journal
h) IDC should ensure that bidders given suf-
ficient time to respond to invitation to bid
pursuant to schedule 3rd part (c) of
Reg.GN 97 of 2005.
i) PMU should ensure adherence to planned
methods in the APP when implementing
procurement contracts.
j) PMU should make sure that all tendering
documents used standard tender process-
Procurement audit for FY 2011/12
Continues on page 7
Tuesday December 21, 2010 Tanzania Procurement Journal 7Tuesday December 28, 2010 Tanzania Procurement Journal 7Tuesday May 7, 2013 Tanzania Procurement Journal 7
PROCUREMENT AUDIT REPORTS
ing documents issued by PPRA.
k) PMU should ensure that approved draft
advert and bidding document, tender doc-
ument issued to bidders are attached,
Minutes of tender opening; tender open-
ing register; readout prices; tender open-
ing checklist are attached, Evaluation
report with Signed covenant form are
attached in the specific procurement file.
l) IDC should ensure that Inspection and
acceptance reports should be prepared for
all procurement contracts implemented,
Project works manager should be
appointed for all works contracts pur-
suant to Reg. 121 GN of 2005. Supervi-
sors should ensure that quality assurance
plan is in place for Works contracts, there
should be checklists for testing for quali-
ty verification and intervals/stages.
m)IDC should ensure that tests are per-
formed as per specifications, Site man-
agement meetings are held as per terms
and conditions of contract, Monthly
progress report are prepared, Final
inspection reports with snag list are pre-
pared pursuant to Reg. 128 GN 97 of
2005.
n) AO should appoint contract manager
/supervisor for all contract works and
should advertise and issue approved doc-
ument.
2.0 THE NELSON MANDELA
AFRICAN INSTITUTE OF SCI-
ENCE AND TECHNOLOGYThe scope of the audit covered all tenders in
categories of Goods, Non Consultancy and
Consultancy Services for the FY 2011/2012.
The audit covered procurements amounting
to T.shs 296,345,995.00 for Goods; and
T.shs 379,000,192.00 for non-consultancy
services. Two Tenders for consultancies
services were at the evaluation stage there-
fore the award was not yet done.
Overall Compliance of the Nelson Mandela
African Institute of Science and Technology
(NM-AIST) was 53% using 13 indicators.
The scores for 13 indicators were as fol-
lows; Establishment and Composition of
Tender Board [45%]; Establishment and
Composition of PMU [82%]; Functioning
of AO, Tender Board and PMU [70%];
Preparation of Annual Procurement Plan
[0%]; Approvals [50%]; Advertisement of
Bid opportunities [50%]; Publication of
awards [0%]; Time for preparation of bids
[100%]; Method of Procurement [30%];
Use of Standard Tendering Documents
[100%]; Records keeping [50%]; Quality
Assurance [34%]; Contract implementation
[75%].
Key Findingsa) Establishment and composition of
Tender Board: The audit team observed
that contrary to the requirement under
section 28 and Second Schedule of PPA
No 21 of 2004, the TB established at the
NM-AIST is composed of five members
instead of six. Furthermore, the Authori-
ty was not notified about the establish-
ment contrary to section 29 (1) of PPA
No 21 of 2004. It was also observed that
tender board members have not attended
training on PPA No 21 of 2004 and its
regulations.
Score is 45%.
b) Establishment and Composition of
Procurement Management Unit: It was
observed that the Accounting Officer has
established Procurement Management
Unit. However the unit is not appropri-
ately staffed as required under section
34(2) of PPA No 21 of 2004. It was also
noted that the HPMU has the right quali-
fication and reports directly to the AO.
But the administrative staff was not allo-
cated to support the functions of the Unit.
Score is 82%.
c) Functioning of Accounting Officer,
Tender Board and PMU: It was
observed that there was some interfer-
ence between the individual functions
contrary to section 38 of PPA No 21 of
2004. The accounting officer approved
negotiation teams instead of tender
board. Most of the procurements were
done by user department without
involvement of PMU.
Score is 70%.
d) Preparation of Annual Procurement
Plan: It was observed that the Annual
Procurement Plan has not been prepared
at the Nelson Mandela African Institute
of Science and Technology contrary to
Section 45 of PPA, 2005.
Score is 0%.
e) Approvals: It was observed that shortlist
of suppliers for shopping method of pro-
curement were not approved by the ten-
der board contrary to regulation 68 (2) of
GN 97 of 2005 and advert, tender docu-
ments as well as negotiation plan was not
approved by the tender board as required
by regulation 95(13) of GN 97 of 2005.
However, the procuring entity did not
adhere with the approval procedures of
minor value procurements as stipulated
under the first schedule of GN no. 97 of
2005 which required endorsement of at
least two members of the tender board.
Score is 50%.
f) Advertisement of bid Opportunities:
All open tenders were properly adver-
tised in accordance with Regulation
80(5) of GN. No 97 of 2005, however,
the PE did not submit the advert to the
Authority to be published in the Journal
& website.
Score is 50%.
g) Time for Preparation of Bids: It was
observed that bidders were provided with
adequate time to prepare and submit their
bids as stipulated under the Third Sched-
ule of GN. No 97 of 2005.
Score is 100%.
h) Publication of Award: The team
observed that the PE did not disclosed to
the public the results of contracts award-
ed in the year 2011/2012 and did not sub-
mit copies of notification for awards to
PPRA as required by Regulation
97(12&13) of the GN No. 97 of 2005
which requires the PEs to submit to ten-
ders awards decision to PPRA within
three (3) days from the date of decision.
Also unsuccessfully bidders were not
notified as required by Reg. 97(11) of
GN 97 of 2005.
Score is 0%.
i) Methods of Procurement: It was
observed that due to the lack of procure-
ment plan the PE used minor value pro-
curement method as a default method to
most of the procurement done which was
not properly administered according to
the threshold contrary to first and second
schedule of GN 97 of 2005.
Score is 30%.
j) Use of Standard Bidding Documents:
The AT noted that PMU used Standard
Bidding Document prepared and issued
by PPRA as stated in Regulation 83 (3)
of GN No. 97 of 2005.
Score is 100%.
k) Record Keeping: It was observed that
procurement records were not consoli-
dated in proper way as required by Sec-
tion 56 of PPA No 21 of 2004, read
together with regulation 19(1) of GN 97
of 2005. The contracts examined have no
complete records from contract initiation
to the end.
Score is 50 %.
l) Quality Assurance: It was evidenced
that the accounting officer did not
appoint inspection and acceptance teams
contrary to regulation 127 of GN 97 of
2005. Also there was no supervisors for
non-consultancy services, quality assur-
ance plan as well as no progressive
reports was prepared for the non-consul-
tancy services contrary to regulation 123
of GN 97 of 2005. It was also observed
that the PE did not implement any work
contract during the year under review
and consultancy service contracts were
still on progress.
Score is 34%.
m)Contract Implementation: It was
observed that there were no progressive
reports prepared for the non consultancy
services, some of the services were
implemented without the binding con-
tract and suppliers were not paid on time.
There was evidence that some of goods
were delivered and delivery note evi-
denced, and consultancy service contract
is still in progress.
Score is 75%.
RecommendationsIn view of the above observations, the pro-
visions of the PPA 2004 and its Regulations
made under it, the PE should adhere to and
attention should be on the following recom-
mendations:-
a) The AO should establish the TB as per
the requirement stipulated under section
28 and the second schedule of PPA No 21
of 2004 by appointing six members
instead of five to comply with second
schedule (b) of PPA No 21 of 2004.
b) The Accounting Officer should make
sure that tender board members are
trained on PPA No 21 of 2004 and its reg-
ulation GN 97 of 2005, GN 98 of 2005.
c) The Accounting Officer should make
sure that PMU is staffed at an appropriate
level to comply with section 34 of PPA
No 21 of 2004.
d) Accounting Officer, TB, and PMU
should act independently as per require-
ments under section 38 of PPA No 21 of
2004. 2004.
e) The PE should prepare the Annual Pro-
curement Plan as required by section 45
of PPA No 21 of 2004 and adhere to use
of the template and guidelines issued by
PPRA.
f) Tender board should approve all procure-
ment including minor value procurement
as required by first schedule of GN 97 of
2005.
g) Minor value procurement should follow
proper methods as required by regulation
68(1) of GN 97 of 2005 and first sched-
ule of GN 97 of 2005.
h) The tender board should make sure that it
approves the negotiation teams and plans
and not the Accounting Officer.
i) All shortlist of supplier’s should be
approved by the tender board to comply
with regulation 68 (2) of GN 97 of 2005.
j) PMU should make sure that it performs
all its functions as per the requirement of
section 35 of PPA No 21 of 2004.
k) The PE should make sure that award
decisions are publicly known to comply
with regulation 97 (11&13) of GN 97 of
2005.
l) All tenders should have consolidated file
which have all necessary documents as
outlined in the score sheet and as required
by section 56 of PPA No 21 of 2004 read
together with regulation 19(1) of GN 97
of 2005.
m)Accounting Officer should make sure
whenever there is an incoming goods he
appoints goods and acceptance commit-
tee to inspect goods and write the report
which will be used as the basis to certify
payment, and also should appoint super-
visor to supervise the non-consultancy
contracts as per the requirement of regu-
lation 127 and 123 of GN 97 of 2005
respectively.
n) The PE should make sure that before the
consultant, contractor and any service
provider is engaged to any activity there
must a signed contract to bind the two
parties which will specify the terms and
conditions of the contract.
Continued from page 6
Procurement audit for FY 2011/12
88 Tanzania Procurement JournalTuesday, Sept 29, 20098 Tanzania Procurement Journal Tuesday December 28, 2010Tanzania Procurement Journal Tuesday May 7, 2013
AWARDED CONTRACTS
Name of PE Tender No. Tender description Firm awarded Currency and
amount(Tsh)
Date of
award
Ministry of
Health and
Social
Welfare
Quotation Printing of Public
Expenditure Review
2011 Books
M/S Mamco
Printers Co.
Ltd
8,700,000.00 13/11/2012
Quotation Printing of STI
Recording and
Reporting Tools
M/S Shalloom
Business
Agency Co.
79,409,132.00 31/12/2012
Quotation Printing of various
Books
M/S Brilliant
Print Ltd
30,800,000.00 18/12/2012
Quotation Printing of Books M/S Dar es
Salaam
University
Press
25,967,080.00 10/12/2012
Quotation Printing of various
Books
M/S Mamco
Printers Co.
Ltd
27,900,000.00 10/12/2012
Songea
Municipal
Council
LGA/103/2012
/2013/W/06 -
Package II
Periodic, Spot and
Routine Maintenance
of various Roads
within Songea
Munucipality
M/S Quid Pro
Quo Co Ltd
134,571,280.00 21-01-2013
LGA/103/2012
/2013/W/05-
Package I
Periodic and Routine
maintenance of
varoius Roads within
Songea Municipality
M/s Pa General
Traders
58,240,100.00 21-01-2013
LGA/103/2012
/2013/W/13-
Package IX
Spot Improvement
and Routine
Maintenance of
varoius Roads within
Songea Municipality
M/s Mpemba
and Sons Ltd
64,636,950.00 21-01-2013
LGA/103/2012/
2013/W/07-
Package III
Periodic, Spot and
Routine Maintenance
of varoius Roads with-
in Songea
Municipality
M/s Mlando
Workshop Ltd
74,391,100.00 21-01-2013
LGA/103/2012
/2013/W/08-
Package IV
Periodic, Spot and
Routine Maintenance
of varoius Roads
within Songea
Municipality
M/s Masukacha
Enterprises Ltd
135,302,950.00 21-01-2013
LGA/103/2012
/2013/W/09-
Package V
Periodic, Spot and
Routine Maintenance
of varoius Roads
within Songea
Municipality
M/s Mkongo
Building and
Civil Works
Ltd
49,665,080.00 21-01-2013
LGA/103/2012/
2013/W/10-
Package V1
Periodic, Spot and
Routine Maintenance
of varoius Roads with-
in Songea
Municipality
M/s Patty
Interplant Ltd
69,217,280.00 21-01-2013
LGA/103/2012/
2013/W/11-
Package VII
Spot Improvement and
Routine Maintenance
of varoius Roads with-
in Songea
Municipality
M/s Matunda
Garden INN
Ltd
42,573,020.00 21-01-2013
LGA/103/2012/
2013/W/12-
Package VIII
Spot Improvement and
Routine Maintenance
of varoius Roads with-
in Songea
Municipality
M/s Msifaki
Engineering &
ENT Ltd
35,856,329.00 21-01-2013
Higher
Education
Students'
Loans Board
PA/030/2012-
2013/NC/27
Short listing of appli-
cants for Management
position
Resource
Development
and
Management
Associates
(REDMA)
18,350,000.00 30-01-2013
Ministry of
Water
ME-011/2011-
2012/W/05-Lot
5
LINDI Water Supply
and Sanitation project
M/S Overseas
Infrastructure
alliance Ltd
23,709,442,294.26 08/01/2013
Dar es
salaam
Stock
Exchange
Quotation Office Partition Work M/S Arqes
Africa Ltd
12,835,450.00 20/03/2012
Office Partition Work M/S Namis
Corporate Ltd
150,265,504.64 20/03/2012
Name of
PE
Tender No. Tender description Firm awarded Currency and
amount
Date of
award
Morogoro
District
Council
Quotation Routine maintenance
works along Gomero-
Nyarutanga and Spot
Improvement works
along Sesenga-
Lumbachini Road
Section
M/S Mono
Construction
Company Ltd
52,583,200.00 30-11-2012
Quotation Routine and recurrent
Maintenance works
along Mkambarani -
Kizinga 14 km Road
Section
M/S Victoria
Earth Plan
13,300,000.00 30-11-2012
Quotation Routine maintenance
works along
Chamanyani-Tununguo
and Mvuha-Magogoni
Road sections
M/S Gida
Company ltd
37,600,000.00 30-11-2012
Periodic Maintenance
works along Dakawa -
Bwakira Juu Road
Sections
M/S Simac
Construction
Ltd
88,170,000.00 30-11-2012
Quotation Routine amd Recurrent
Maintenance works
along Tawa- Kibogwa
6km Road Section
M/S Kimofema
Engineering and
Trading Co ltd
8,580,000.00 30-11-2012
Quotation Routine amd Recurrent
Maintenance works
along Magera-Seregete
''A'' 13km and Kwaba
Usungura 22km Road
Sections
M/S Decra
Company Ltd
46,995,000.00 30-11-2012
Quotation Routine improvement
works along Ngerengere-
Sinyaulime and Ubena
Zomozi-Ngerengere
Road Sections
M/S Nyakire
investment ltd
43,995,000.00 30-11-2012
Prime
Minister's
Office
ME-
003/PMO/G/02/201
2/2013-Lot 2
Supply of bulky printing
papers and consumables
M/S Printers
Supplies Ltd
780,841,400.00 24/01/2013
ME-
003/PMO/02/2012/
2013/HQ/G/08
Supply of Power
Stabilizing Device
M/S Pamba
Electrical Works
74,860,000.00 24/01/2013
ME/003/PMO/G/01
/2012-2013
Supply spare parts for
printing machines and
equipment
M/S High Tech
Systems (T) Ltd
799,089,510.00 24/01/2013
ME-
003/PMO/G/02/201
2/2013-Lot 1
Supply of bulky printing
papers and consumables
M/S Tanzania
Printing
Services Ltd
800,000,000.00 24/01/2013
Business
Registratio
ns and
Licensing
Agency
(BRELA)
AE/010/2012/13/H
Q/G/010- Lot 1 &
III
Printing of Booklets,
Brochures, Fliers, T-
Shirts, Caps, Diaries and
Calendars
M/S T/a Karen
General Supply
16,171,900.00 09/11/2012
Morogoro
District
Council
Quotation Spot improvement works
along Mkambarani-
Mkorio Wa Mara 8km
Road
M/S Bumao
contractors and
general supplies
48,385,000.00 30-11-2012
Construction of Water
Supply System
M/S Kimofema
Engineering and
Trading co ltd
170,793,011.00 30-11-2012
Quotation Spot improvement worksalong Tandai-Tawa Road
M/S No dreadco ltd
34,700,000.00 30-11-2012
Quotation Rehabilitation ofTegetero-MagogoniRoad
M/S Fyosa com-pany ltd
67,148,000.00 30-11-2012
Quotation Spot improvement worksKangazi-Mtombozi -Nemele Road Section-9km
M/S Nabawyconractors ltd
49,240,000.00 30-11-2012
Quotation Construction of MkuyuniMarket Building
M/S FideConstruction CoLtd
75,067,000.00 30-11-2012
Quotation Spot improvement worksALONG Mtego WaSimba - Ngerengere 6.5km Road
M/S Mex CoLtd
38,940,000.00 30-11-2012