๐ ๐๐ฎ๐๐ฒ ๐ฆ๐๐๐ฑ๐: ๐ช๐ต๐ฒ๐ป ๐๐ป๐๐ฒ๐ด๐ฟ๐ถ๐๐ ๐ง๐ฎ๐ธ๐ฒ๐ ๐ฎ ๐๐ฎ๐ฐ๐ธ ๐๐ฒ๐ฎ๐— ๐๐ฒ๐ฎ๐ฑ๐ฒ๐ฟ๐๐ต๐ถ๐ฝ ๐๐ฎ๐ถ๐น๐๐ฟ๐ฒ ๐ถ๐ป ๐ง๐ฒ๐ป๐ฑ๐ฒ๐ฟ ๐๐ถ๐ป๐ฎ๐น๐ถ๐๐ฎ๐๐ถ๐ผ๐ป
CASE STUDY:When Integrity Takes a Back Seat-Leadership Failure in Tender Finalisation
Routine
scrutiny of a tender file revealed that L-1 and L-2 were rejected without
justified basis, and the contract was awarded to L-3 at an abnormally high
price, causing preventable financial loss to the PSU. This led to a vigilance
investigation based solely on available documents and recorded statements.
2.
Background
The PSU
manufactures refractory bricks and undertakes lining, monitoring and
maintenance jobs for steel plants. For the first time, it decided to outsource
lining & maintenance of a 300-MT converter through Limited Tender Enquiry
(LTE) floated to 7 parties. The NIT was issued to the bidders having experience
in 200-MT+ converter/ladle/blast furnace jobs — the basis for qualification.
3.
Evaluation & Deviations
Three bids
were received. Instead of open comparison: L-1 and L-2 were rejected and
L-3 alone
was declared acceptable, making it single technically suitable.
L-1 was
rejected citing lack of expertise and “impracticable pricing”, also for not
having mag-carbon experience — a criterion not mentioned in NIT but added
later.
Investigation
found: L-1 Qualified as per NIT and 'A' class contractor registered with the
Integrated Steel Plant and having Similar Work Experience Proven of ₹18.41 lakhs job. Whereas L-3 was a Class-'C' contractor. Rejection of L-1 and L-2 was
arbitrary, non-transparent and against CVC norms, violating natural justice
under LTE.
4. Financial
Impact
Bidder
Quoted Price Compared to Estimate
Against the estimate of Rs 3 lakhs, L-1 quoted ₹3.82
lakh, within +30% of estimate. L-3 quoted ₹13.39 lakh, which was 4.5× estimate & 3.5× L-1
Even
post-negotiation at ₹8.96 lakh, price remained: 3× estimate and 2.35× L-1.
The PSU
suffered a loss of ₹5.14 lakh. Next year's contract was settled at ₹6.97 lakh,
confirming inflation and favour to L-3.
5.
Procedural Breach
Instead of
referring to Tender Committee: Head of MM & Contracts directly issued LOI
to L-3, without TC recommendation and Competent Authority’s approval. CEO was verbally informed about the exigency. No Opportunity
was given to L-1/L-2 to respond to the deficiencies. It became a fait accompli — later TC merely
regularised a decision already executed. Claimed urgency was false, as work
actually began 15 days later.
6. Key
Interrogation Disclosure
During
questioning, the Head of the Organisation stated that the Head of Works of the Integrated
Steel Plant had instructed to award the
job to a specific contractor, which was complied by the organisation. (By this time that gentleman had already superannuated.)
This
established: Predetermined contract outcome, external influence over evaluation,
Collusive corruption and back-to-back contracting.
The tender
was not mishandled — it was pre-engineered.
7. Findings
& Action
The
investigation confirmed deliberate violation of procedure, transparency &
fairness.
Major
penalty was imposed on five senior officials, and system improvements were
implemented.
This case
shows how leadership failure and collusion can derail procurement integrity,
convert competition into manipulation, and directly harm public interest.
Here,
integrity didn’t only take a back seat — it was pushed out of the vehicle, and
the system bore the cost.

Comments
Post a Comment