Islamic Republic of Afghanistan

Similar documents
Republic of Niger. Redacted Report. Niger Basin Water Resources Development and Sustainable Ecosystems Management Project APL 1

int Republic of Armenia Redacted Report Second Health System Modernization Project WORLD BANK GROUP WOTld Bank IFC MIGA Official Use Only Integrity

int Republic of Cameroon Redacted Report Lorn Pangar HydroPower Project WORLD BANK GROUP World Bank IFC MIGA Official Use Only Integrity

Republic of India. Andhra Pradesh Road Sector Project. Redacted Report

People's Republic of China

Democratic Republic of the Congo

GUIDELINES. On Preventing and Combating Fraud and Corruption in Projects Financed by IBRD Loans and IDA Credits and Grants

GUIDELINES. On Preventing and Combating Fraud and Corruption in Projects Financed by IBRD Loans and IDA Credits and Grants. Dated October 15, 2006

# 11 HANDICAP INTERNATIONAL GOOD BUSINESS PRACTICES

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

NPC & NPA Synopsis, FY NPC & NPA Annual Report Synopsis (Fiscal Year 2017)

Guidelines on Preventing and Combating Fraud and Corruption in Program-for-Results Financing. Dated February 1, 2012

Bank Directive. Bank Access to Information Policy Designation Public. Catalogue Number LEGVP5.09-DIR.117. Issued July 19, Effective July 1, 2016

UNITED STATES OF AMERICA Before the SECURITIES AND EXCHANGE COMMISSION

March 31, Mr. Roy Plucknett Grant Officer USAID/Afghanistan U.S. Embassy Great Massoud Circle Kabul, Afghanistan

Notice of Uncontested Sanctions Proceedings. April18, 2014

CHECKLIST 3: EA INTERNATIONAL COMPETITIVE BIDDING PROCUREMENT CHECKLIST

PROCUREMENT POLICIES AND PROCEDURES

Munich, January 26, Legal Proceedings

DOCUMENTS CO-FINANCING FRAMEWORK AGREEMENT. between ASIAN INFRASTRUCTURE INVESTMENT BANK. and INTERNATIONAL BANK FOR RECONSTRUCTION AND DEVELOPMENT

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

INTERNATIONAL BANK FOR RECONSTRUCTION AND DEVELOPMENT

New Development Bank Procurement Policy

IN THE MATTER OF THE SECURITIES ACT, R.S.O. 1990, c. S.5, AS AMENDED. - and -

ITEM DESCRIPTION QTY UNIT PRICE TOTAL PRICE Request for publication of adverts

INVITATION TO QUOTE (ITQ) RENTING OF A WAREHOUSE FOR THE SORTING AND PACKING OF TEXTBOOKS FOR SIX (6) MONTHS IN WINDHOEK NAMIBIA

CARIBBEAN DEVELOPMENT BANK STRATEGIC FRAMEWORK FOR INTEGRITY, COMPLIANCE AND ACCOUNTABILITY PILLARS I AND II INTEGRITY AND ETHICS POLICY

Recurrent Integrity Issues in Procurement. Gianpiero Antonazzo Senior Investigator INTEGRITY VICE PRESIDENCY

Procurement of Works & User s Guide

Aviva plc. General Accident plc GOODWILL PAYMENT SCHEME IN RESPECT OF PREFERENCE SHARES. Scheme Terms and Conditions

Development of ICT Infrastructure in HPPWD and HPRIDC

Bidders shall execute the following forms and return the signed original with their proposal.

Acknowledgment Form - page 1 of 2

DIRECTORS AND OFFICERS LIABILITY INSURANCE INCLUDING CORPORATE INDEMNITY POLICY APPLICATION PROFIT CORPORATIONS

CITY OF LOS ANGELES RESPONSIBILITY QUESTIONNAIRE

United HealthCare. New York State Health Insurance Program Payments for Prescription Drugs Dispensed by Kings Pharmacy Under the Empire Plan

BIDDING DOCUMENT TEHSIL HEADQUARTER HOSPITAL DASKA FOR THE YEAR PRIMARY AND SECONDARY HEALTH CARE DEPARTMENT GOVERNMENT OF THE PUNJAB.

CARIBBEAN DEVELOPMENT BANK STRATEGIC FRAMEWORK FOR INTEGRITY, COMPLIANCE AND ACCOUNTABILITY PILLARS I, II AND III WHISTLEBLOWER POLICY

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

BUSINESS OPPORTUNITIES IN WORLD BANK FINANCED PROJECTS. Bosnia and Herzegovina Monday, April 18, 2016

The Inter-American Investment Corporation s INTEGRITY FRAMEWORK

Multi-Donor Health Results Innovation Trust Fund Grant Agreement

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II)

BIDDING DOCUMENT. For. Procurement of Plant Design, Supply and Installation. Ashuganj 400 MW Combined Cycle Power Plant Project (East)

Public Procurement (Suspension and Debarment) Regulations 2008

PROCUREMENT PLAN. Implementing Agency: N/A

Request for Proposals (RFP)

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

Request for Proposal for the Supply of LNG. Issued by: National Electric Power Company of Jordan

ARMED SERVICES BOARD OF CONTRACT APPEALS

Nepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate

Construction of MLD Water Treatment Plant at Taba LAP

LONG FORM BIDDER QUALIFICATION STATEMENT

1. Paragraph (D) of the Preamble to the GEF Grant Agreement is deleted and the succeeding paragraph re-numbered accordingly.

RfE Package No: EESL/05/ /EMPANELMENT/ Dated

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT

Pakistan International Airlines. Procurement & Logistics Department Disposal Section

APPLICATION THIS IS AN APPLICATION FOR A CLAIMS MADE POLICY WITH DEFENCE COSTS INCLUDED IN THE LIMIT OF LIABILITY. ALL QUESTIONS MUST BE ANSWERED.

4. A bid Security of US $1, must be submitted along with the bid.

Financing Agreement CONFORMED COPY IDA CREDIT NUMBER 4825-KG IDA GRANT NUMBER H618-KG. (Emergency Recovery Project) between KYRGYZ REPUBLIC.

Transnational Corruption Investigations

FRUITLESS AND WASTEFUL EXPENDITURE

PRIME CONTRACTOR PREQUALIFICATION APPLICATION

BIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

IN THE DISTRICT COURT FOR THE STATE OF ALASKA THIRD JUDICIAL DISTRICT AT ANCHORAGE STATE OF ALASKA, Plaintiff, vs.

February 1, 2011 CONFORMED COPY

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803

SAN FRANCISCO UNIFIED SCHOOL DISTRICT 2019 PRE-QUALIFICATION QUESTIONNAIRE

Insurance Chapter ALABAMA DEPARTMENT OF INSURANCE ADMINISTRATIVE CODE CHAPTER STANDARDS FOR PROPERTY/CASUALTY INSURANCE CLAIMS

THE AGREEMENT FOR MUTUAL ENFORCEMENT OF DEBARMENT DECISIONS AND ITS ROLE IN TRANSFORMING THE CORPORATE GOVERNANCE LANDSCAPE

TENDER DOCUMENT FOR ACCOMODATION OF 240 PEOPLE SHARING

4. Your quotation in the required format must be received by MCA-N before 13:00 hours (Namibian time) on 17 March 2011 at the following address:

METROBUS REQUEST FOR QUOTATION (RFQ)

STATE OF OREGON DEPARTMENT OF CONSUMER AND BUSINESS SERVICES INSURANCE DIVISION. In the Matter of Mike Padilla ) FINAL ORDER ) Case No.

INVITATION TO QUOTE (ITQ) SUPPLY AND DELIVERY OF BREAKDOWN RECOVERY TRAILER

S T A N D A R D B I D D I N G D O C U M E N T S. Procurement of Goods. The Inter-American Development Bank

Financing Agreement CONFORMED COPY GRANT NUMBER H732 -AF. (Financial Sector Rapid Response Project) between ISLAMIC REPUBLIC OF AFGHANISTAN.

EXPERIENCE AND QUALIFICATION STATEMENT OF

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

Small Business Enterprise (SBE) Subcontracting Program. Policies and Procedures Manual

REQUEST FOR QUOTATION (RFQ) Issue Date: 8 May, Closing Date: 18 May, :00 AM

Munich, May 4, Legal Proceedings

REQUEST FOR BIDS RENOVATION

Part One Small Firm Application for Miscellaneous Professionals Liability

REQUEST FOR QUOTATION. Request Details

The Honorable Carlos A. Gimenez, Mayor, Miami-Dade County

National Institute of Technology, Raipur NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

REQUEST FOR BIDS MINOR REPAIRS

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas

AXIS Insurance Telephone: (678) S. Wacker Dr., Ste Toll-Free: (866) Chicago, IL Facsimile: (678)

Equip_Comp_Desktops Inst_Level_Revised

REPUBLIC OF KENYA MINISTRY OF LAND AND PHYSICAL PLANNING PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AT BOMET, BOMET COUNTY

STANDARD BIDDING DOCUMENTS. Procurement of Textbooks and Reading Materials

Beaumont Independent School District

Policies for the Procurement of Goods and Works financed by the Inter-American Development Bank GN March 2011

MINISTRY OF HEALTH & FAMILY WELFARE Department of AIDS Control National AIDS Control Organization. National HIV/AIDS Control Programme BID DOCUMENT

REQUEST FOR BIDS MINOR REPAIRS

ANNEX VIII a STANDARD FORMATS AND TEMPLATES

June 2017 BIDDING PROCEDURES No. 90

Transcription:

The World Bank Group Integrity Vice Presidency Islamic Republic of Afghanistan Short Term Urban Water Supply and Sanitation Project REDACTED REPORT

Statement of Use and Limitations This Report was prepared by the World Bank Group s (Bank s) Integrity Vice Presidency (INT). It provides the findings of an INT administrative inquiry (the investigation) into allegations of corrupt, fraudulent, collusive, and/or coercive practices, as defined by the Bank, regarding one or more Bank-supported activities. The purpose of the investigation underlying this Report is to allow the Bank to determine if its own rules have been violated. This Report is being shared to ensure that its recipients are aware of the results of the INT investigation. However, in view of the specific and limited purpose of the investigation underlying this Report, this Report should not be used as the sole basis for initiating any administrative, criminal, or civil proceedings. Moreover, this Report should not be cited to in the course of any investigation, in any investigation reports, or in any administrative, civil, or criminal proceedings. This Report is provided without prejudice to the privileges and immunities conferred on the Bank and its officers and employees by its Articles of Agreement and other applicable sources of law. The Bank reserves the right to invoke its privileges and immunities, including at any time during the course of an investigation or a subsequent judicial or other proceeding pursued in connection with this matter.

Executive Summary This Report provides the findings of an administrative inquiry (the investigation) by the World Bank Group s (Bank s) Integrity Vice Presidency (INT) into allegations of fraud related to the procurement of a contract under the Short Term Urban Water Supply and Sanitation Project (UWSS or the Project) in the Islamic Republic of Afghanistan. The investigation focused on Company A, which was awarded a contract to supply equipment to the Project. INT investigated allegations that: (i) Company A s bid submission was incomplete and failed to meet the technical specifications of the bidding requirements; and (ii) Company A had misrepresented details of its business registration information in its bid. INT investigators interviewed bid evaluation committee members, as well as the complainant s representatives, and reviewed available documentation related to the bid submission and evaluation process. As part of its investigation, INT contacted, and received documents from, both Company A and the manufacturers that purportedly issued the Authorizations contained in Company A s bid. INT s investigation found: 1. Evidence indicating that Company A submitted falsified Manufacturer s Authorizations for the equipment that it supplied under the contract; and 2. Evidence indicating that, in its bid, Company A misrepresented its registration information by including documents stating that its principal place of business was at an address in either Oregon or Austria, and that it had an office in Russia. In fact, the address in Oregon was the residential address of Company A s registered representative, the address in Austria was for a hotel, and Company A is not officially registered as a commercial entity in either Austria or Russia. 1

Background The Short Term Urban Water Supply and Sanitation Project (UWSS or the Project) sought to provide sustainable, improved water supply and sanitation services to the urban Afghan population, including through the extension and refurbishment of the water supply and sanitation infrastructure in Kabul municipality and the Islamic Republic of Afghanistan s (Afghanistan s) principal provincial towns. The US$41 million Project, which came into effect in February 2005 and closed in December 2010, was financed by the Bank-administered Afghan Reconstruction Trust Fund (ARTF). Following an international competitive bidding tender, the Ministry of Urban Development (MUDH) signed a contract with Company A to supply goods to the Project. Allegations and Methodology INT s administrative inquiry (the investigation) focused on two allegations originating from Company B, that: 1. Company A s bid submission was incomplete and failed to meet the tender s technical specification requirements, and that the Bid Evaluation Committee members negative comments about Company A s bid had been excluded from the bid opening minutes; and 2. Company A misrepresented its business registration information, in that the company s bid stated that its principal place of business was at an address in country X and provided contact details for the company s office in country Y, but the address in country X was for a hotel. INT s investigation consisted of a detailed review of relevant procurement and contract documents, correspondence, and other materials, as well as interviews of the complainant s representatives and other witnesses. As part of its investigation, INT contacted, and received documents from, both Company A and the manufacturers that purportedly issued the Authorizations contained in Company A s bid. Findings 1. Evidence indicates that Company A submitted falsified Manufacturer s Authorizations with its bid, presumably in order to meet the tender requirement to provide such Authorizations. Company A s bid proposed to supply equipment from various manufacturers. In such cases, the Invitation for Bids (IFB) required bidders to provide Manufacturer s Authorizations relating to the equipment that they would supply. These Authorizations attested to the guarantee and warranty of the equipment produced by the manufacturer and supplied by the bidder, and their required format was detailed in the IFB. To comply with this requirement, in its bid Company A provided Manufacturer s Authorizations from Companies C, D, E, and F. INT s investigation uncovered evidence indicating that three of 2

these four authorizations were false. Absent these false documents, Company A would not have met the tender requirement and would not have qualified for the award of, or won, the contract. Company C Company A s bid included a Manufacturer s Authorization purporting to be from Company C, which was to supply equipment for the contract. The Authorization purportedly was signed by a senior Company C manager. However, this senior manager informed INT investigators that although Company A had contacted Company C seeking pricing for equipment, Company C never finalized any contract with Company A and never supplied Company A such materials. He confirmed that the Manufacturer s Authorization that Company A submitted was not a document that he or anyone at Company C had provided to Company A. Company D Company A s bid included a Manufacturer s Authorization purporting to be from Company D, which was to supply equipment for the contract. The Authorization purportedly was signed by a senior Company D manager. When interviewed by INT investigators, this senior manager stated that Company D had sold one piece of equipment to Company A. However, he also stated that the Manufacturer s Authorization submitted by Company A in its bid was a forged document because the purported signature on the document was not his signature. He provided INT with the actual contract between Companies D and A, and also provided a copy of his signature to confirm that the Authorization provided by Company A was a forgery. In subsequent communications with INT, Company A never provided a response to this fraud claim. Company E Company A s bid also included a Manufacturer s Authorization purporting to be from Company E, which was to supply equipment for the contract. The Authorization purportedly was signed by a Ms. X. However, Company E representatives informed INT that, as of both the Authorization s date and the time of INT s inquiry, the company did not have any employees named Ms. X and that they did not know who provided Company A with the Authorization. In subsequent communications with INT, Company A never provided a response to this fraud claim. Company F Company F informed INT investigators that it had provided Company A with the Manufacturer s Authorization that Company A submitted in its bid. Company A s Response In a series of communications with INT, Company A made two claims regarding the evidence found by INT s investigation. First, Company A stated that it had received a revised version of the original Company C Manufacturer s Authorization, though Company A failed to provide INT with a copy of this version. Company A further stated that it had procured the equipment through a Company C affiliate, and Company C confirmed that it had sold some equipment to a third party through this affiliate. However, Company C maintained that it did not provide Company A with the Manufacturer s Authorization submitted in Company A s bid. 3

Instead, Company C provided INT with copies of an email sent to Company A containing a Manufacturer s Authorization, and this Authorization differed from the Authorization submitted by Company A in its bid. The submitted Authorization purported to extend the full guarantee and warranty of Clause 27 of the General Conditions of Contract, while the Authorization provided to INT by Company C stated that the guarantee and warranty were extended in accordance with Company C s General Conditions. The Company C version made no reference to Clause 27 of the General Conditions of the Contract; this clause was a key requirement for successful IFB compliance because it regarded the guarantee and warranty of the goods or equipment by the supplier. Second, Company A claimed that Company C was biased against Company A because Company C was part of a group of companies that included Company B, a losing bidder to Company A. (Company B also was the complainant in the case.) Company A further claimed that the technical consultant involved in the award of the contract might also be connected to Company B. Although Company C and Company B are connected because both are affiliates of another firm, this relationship does not disprove Company C s claim of fraud, nor does it explain the discrepancies between the Manufacturer s Authorization emailed by Company C to Company A and the different version submitted by Company A with its bid. As noted above, Company A provided no explanation of the other two false Manufacturer s Authorizations. 2. Evidence indicates that Company A misrepresented its business registration details in its bid and contract. Company A s bid and contract provided several different sets of business registration details: Company A s Bidder Information Form stated that it maintained representation at an address in Russia and that it maintained a bank account in Latvia; Company A s Articles of Organization, which it included in its bid, listed the company s principal place of business as an address in Austria; and Company A s contract listed the company s principal place of business as an address in Oregon. INT s investigation found evidence indicating that Company A misrepresented its business details in three respects: Evidence indicates that Company A provided an incorrect principle place of business in its bid for the contract. Company A s Articles of Organization, as filed with the Oregon Secretary of State and provided in its bid, list the company s principal place of business as an address in country X. However, this is the address of a luxury hotel, and INT confirmed that there were no businesses other than the luxury hotel operating at this address. Further, in contrast to its claim of an Austrian principal place of business, Company A is not registered as a commercial entity in Austria. Evidence indicates that Company A provided false contact information for its office in Russia. In the Bidder Information Form submitted by Company A for the tender, 4

Company A claimed to maintain representation in Russia at a particular address. However, Company A is not officially registered as a business in that city, or in Russia generally. Evidence indicates that Company A provided an incorrect principal place of business in its contract. In the contract, Company A s principal place of business is listed as an address in Oregon. However, Company A does not have a physical presence at this address; rather, it merely maintains registration there via an agent. When interviewed by INT investigators, the agent confirmed that Company A was one of his current clients and stated that he had never met or personally dealt with any Company A representatives. According to the Oregon Secretary of State, the agent works for a company that provides registered agent services and personally acts as registered agent for over two thousand business entities at the address stated by Company A. According to Articles of Organization filed by Company A with the Oregon Secretary of State, and included in Company A s bid, the corporate members of Company A were two other companies in Belize and Niue. Company A s principal place of business was listed at the Austrian address discussed above. In a series of communications with INT, Company A defended its business registration information by stating that its Articles of Organization only obliged it to mention a probable place of business. This does not explain, however, why it was probable that Company A would have operated from the address of a luxury hotel in a country where it had no presence and was not registered. Company A also asserted that only its Russian office address (where the company admitted it is not officially registered) had been provided in its bid, but Company A also included its Articles of Organization detailing the Austrian address in its bid. Moreover, Company A s contract stated that its principal place of business was its registered address in Oregon, which evidence indicates was untrue. Sanction Results The World Bank announced the debarment of Company A and the Director of Company A for having engaged in fraudulent practices related to a Bank-financed project. Company A and the Director of Company A are ineligible to be awarded contracts under any Bank Group-financed or Bank Group-executed project or otherwise participate in the preparation or implementation of such projects for three years. 5