๐ฅ๐ฒ๐๐๐ผ๐ฟ๐ถ๐ป๐ด ๐๐ป๐๐ฒ๐ด๐ฟ๐ถ๐๐ ๐ถ๐ป ๐ฎ ๐ฃ๐๐ฏ๐น๐ถ๐ฐ ๐ฃ๐ฟ๐ผ๐ฐ๐๐ฟ๐ฒ๐บ๐ฒ๐ป๐ ๐ฃ๐ฟ๐ผ๐ฐ๐ฒ๐๐
Anonymised Case Study: Restoring Integrity in a Public Procurement Process
Public procurement, particularly in critical sectors such as healthcare, demands transparency, objectivity, and strict adherence to established procedures. The present case illustrates how even well-intentioned initiatives can be undermined by procedural lapses and how timely corrective action can restore both efficiency and credibility.
The case relates to a large public sector healthcare facility that proposed to outsource mechanized cleaning and bio-medical waste management services for its hospital and associated units. With an estimated contract value of ₹8.4 crores, the project was significant in both scale and impact. However, the proposal suffered at inception from a fundamental deficiency: the absence of clearly defined scope parameters. Essential details such as the number of beds, outpatient load, and total area for cleaning were not specified. These factors directly influence cost estimation and bidding strategy, and their omission compromised the integrity of price discovery.
Initially, the competent authority had approved the procurement through an Open Tender Enquiry (OTE) to ensure broad competition. However, after a prolonged delay, the tendering mode was changed to a Limited Tender Enquiry (LTE). This shift raised serious concerns, as LTE is justified only when a well-established and vetted pool of reliable vendors exists. In this case, although eight vendors were shortlisted, the basis for their selection was not documented.
More significantly, the composition of the shortlisted vendors itself raised prima facie concerns about fairness. Of the eight agencies, six were reputed firms of national standing, while the remaining two were relatively unknown local entities with no clearly established credentials on record. Such a mix, without transparent evaluation criteria, created an impression of possible tailoring of the tender pool, potentially to favour select participants. In procurement governance, even the perception of such bias is detrimental, as it erodes trust and raises the risk of tender fixing or managed competition.
Further issues arose with the proposal to impose a lower cut-off limit of 25% below the estimated value, whereby bids quoting below this threshold would be rejected. While intended to prevent unworkable rates, such a restriction undermines the very principle of competitive bidding. It artificially constrains price discovery and may exclude efficient bidders capable of delivering quality services at lower costs. Notably, similar contracts in related areas had been awarded at lower rates without such restrictions, revealing inconsistency in approach.
The proposal also relied on selective interpretation of inputs from internal departments such as operations and vigilance. Earlier observations had merely called for analysis of past performance and safeguards against poor execution; they did not endorse restrictive bidding conditions. Moreover, earlier pilot contracts with similar provisions had not been evaluated or documented before extending the same approach to this case.
Compounding these issues was the failure to report procedural deviations to the appropriate vigilance authorities, as mandated. This omission further weakened the procedural robustness of the case.
In view of these cumulative deficiencies unclear scope, unjustified change in tendering mode, questionable vendor selection, restrictive bidding conditions, and non-compliance with procedures the proposal was rightly rejected by the Chairman of the Indent Screening Committee, raising eyebrows at the highest level. The decision emphasized the need for a complete re-evaluation and adherence to established procurement norms. Given that nearly eight months had already elapsed since initial approval, urgency was also highlighted. This undue delay also necessitated extension of the existing contract unnecessarily. On the one hans the existing contractor was mentioned to be incompetent but at the same time , extension was given repetitively.
The case was subsequently restructured with proper documentation and transparency. The procurement was re-initiated through an open tender process, ensuring wider participation and fair competition. The outcome was both swift and revealing: the contract was finalized within 30 days and awarded at approximately 65% of the estimated value to a reputed agency. This demonstrated not only the effectiveness of competitive bidding but also the distortions that restrictive and opaque processes can introduce.
This case offers valuable lessons. It underscores that clarity in scope is essential for fair and realistic bidding, that vendor selection must be transparent and well-documented, and that even the perception of bias can undermine institutional credibility. Attempts to control outcomes through restrictive clauses or selective participation are counterproductive. Ultimately, adherence to the principles of openness, fairness, and accountability remains the most reliable path to achieving both efficiency and integrity in public procurement.

Comments
Post a Comment